<<

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES CONTRACT DOCUMENTS AND SPECIFICATIONS

As Advertised: May 31, 2018

IFA Ferry Vessel MV Stikine Refurbishment

PROJECT NO. SFHWY00192/0003227

CONTRACT DOCUMENT FEE: $50.00

SOUTHCOAST REGION Used in conjunction with the Alaska Marine Highway System 2003 General Provisions for Vessel Repair and Modernization

Project No. SFHWY00192/0003227 IFA Ferry Vessel MV Stikine Refurbishment 10/12

TABLE OF CONTENTS

(Federal-Aid Marine Facilities)

1. Invitation (goldenrod) INVITATION TO BID 25D-7 (7/03)

2. Bid Notices (green) REQUIRED DOCUMENTS 25D-4A (9/12) FEDERAL EEO BID CONDITIONS 25A-301 (12/14) NAME BRAND OR EQUAL/PROJECT COMPLETION CERTIFICATION

3. Forms (yellow) SUBCONTRACTOR LIST 25D-5 (5/17) BIDDER REGISTRATION 25D-6 (12/14) CONTRACTOR'S QUESTIONNAIRE 25D-8 (8/01) BID FORM 25D-9 (7/03) BID SCHEDULE CONSTRUCTION CONTRACT 25D-10A (8/01) PAYMENT BOND 25D-12 (8/01) PERFORMANCE BOND 25D-13 (8/01) BID BOND 25D-14 (8/01) BID MODIFICATION 25D-16 (8/01) MATERIAL ORIGIN CERTIFICATE 25D-60 (8/01) EEO-1 CERTIFICATION 25A-304 (8/01) CONTACT REPORT 25A-321A (10/16) DBE UTILIZATION REPORT 25A-325C (3/12) PRIME CONTRACTOR'S WRITTEN DBE COMMITMENT 25A-326 (8/01) SUMMARY OF GOOD FAITH EFFORT DOCUMENTATION 25A332A (8/01)

4. Contract Provisions and Specifications (white) GENERAL PROVISIONS SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID (FHWA) CONSTRUCTION CONTRACTS 25D-55H (2/16)

5. Federal Wage Rates Federal wage rates can be obtained at http://www.wdol.gov/dba.aspx#0. Use the federal wage rates that are in effect 10 days before Bid Opening. See the Special Notice to Bidders following the Invitation to Bids for a link to the specific wage determination for your State and ounty. The Department will include a paper copy of the applicable Federal Wage Determination in the signed Contract (Conformed Copy).

6. State Wage Rates State wage rates can be obtained at http://www.labor.state.ak.us/lss/pamp600.htm. Use the State wage rates that are in effect 10 days before Bid Opening. The Department will include a paper copy of the State wage rates in the signed Contract.

Project No. SFHWY00192/0003227 IFA Ferry Vessel MV Stikine Refurbishment 10/12

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

INVITATION TO BID for Construction Contract

Date May 31, 2018

IFA Ferry Vessel MV Stikine Refurbishment, SFHWY00192/0003227 Project Name and Number Location of Project: M/V Stikine Contracting Officer: D. Lance Mearig, P.E., Regional Director Issuing Office: Southcoast Region State Funded Federal Aid Description of Work:

This project consists of providing the following refurbishment work items for the Inter-Island Ferry Authority (IFA) vessel, M/V Stikine. Refurbish sewage and potable water storage tanks. Blast and paint underwater body. Upgrade HVAC control system.

The Engineer’s Estimate is: Less than $100,000 Between $1,000,000 and $2,500,000 Between $100,000 and $250,000 Between $2,500,000 and $5,000,000 Between $250,000 and $500,000 Greater than $5,000,000 Between $500,000 and $1,000,000

All work shall be completed in N/A Calendar Days, or by August 15, 2018 . Interim Completion dates, if applicable, will be shown in the Special Provisions. Bidders are invited to submit sealed bids, in single copy, for furnishing all labor, equipment, and materials and for performing all work for the project described above. Bids will be opened publicly at 2:00 PM local time, at 6860 Glacier Highway, Juneau, AK, Construction Contracts Office, First Floor on June 11, 2018. SUBMISSION OF BIDS ALL BIDS INCLUDING ANY AMENDMENTS OR WITHDRAWALS MUST BE RECEIVED PRIOR TO BID OPENING. BIDS SHALL BE SUBMITTED ON THE FORMS FURNISHED AND MUST BE IN A SEALED ENVELOPE MARKED AS FOLLOWS:

Bid for Project: ATTN: Contracts Officer Project No. SFHWY00192/0003227 State of Alaska IFA Ferry Vessel MV Stikine Refurbishment Department of Transportation & Public Facilities__ 6860 Glacier Highway P.O. Box 112506, Juneau, AK 99811-2506 Bids, amendments or withdrawals transmitted by mail must be received in the above-specified address no later than 30 minutes prior to the scheduled time of bid opening. Hand-delivered bids, amendments or withdrawals must be received by the Contracts Officer at 6860 Glacier Highway, Juneau, AK, Construction Contracts Office, First Floor prior to the scheduled time of bid opening. Faxed bid amendments must be addressed to Contracts Officer. Fax number: (907) 465-4238.

A bid guaranty is required with each bid in the amount of 5% of the amount bid. (Alternate bid items as well as supplemental bid items appearing on the bid schedule shall be included as part of the total amount bid when determining the amount of bid guaranty required for the project.)

The Department hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this Invitation, Disadvantaged Business Enterprises (DBEs) will be afforded full opportunity to submit bids and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award.

Form 25D-7 (7/03) Page 1 of 2

NOTICE TO BIDDERS

1. Bidders are hereby notified that data to assist in preparing bids is available as follows: 2. Prospective bidders are advised that the “Alaska Bidder’s Preference does not apply. 3. DBE’s certified by other State Departments of Transportation in the geographical area in which the work is to be accomplished will be accepted as DBE’s for this project. Any out of state DBE firms to be used will be required to submit a letter of certification from their State DOT to the State of Alaska Civil Rights Office. This must be done BEFORE award of the contract. Any questions regarding DBE issues should be directed to the State of Alaska, DOT&PF, Civil Rights Office, P.O. Box 196900, Anchorage, Alaska 99519-6900. Telephone: (907) 269-0851. Fax: (907) 269-0847. 4. The requirements of the State of Alaska’s “Little Davis Bacon Act” are in affect only for work accomplished within the State of Alaska. See the Special Notice to Bidders for more information about Wage Determinations

Plans and Specifications may be ordered, for the price of $ 50.00 (NON-REFUNDABLE) Cody Salter Contracts Office 6860 Glacier Highway Box 112506 Juneau, Alaska 99811-2506 Fax: (907) 465-4238

E-Mail: [email protected] Phone: (907) 465-4488 All questions relating to design features, constructability, quantities, or other technical aspects of the project should be in writing and faxed to the following Group Chief (copy the Contracts Office at (907) 465-4238) for a written response. Bidders requesting assistance in viewing the project must make arrangements at least 48 hours in advance with:

Kirk Miller Fax: (907) 465-4238 Design Group Chief

[email protected] Phone: (907) 465-1215 All questions concerning bidding procedures, including requests for time extensions, questions concerning restrictive specifications, etc. should be in writing and directed to (Copy the Construction Group Chief at (907) 225-1514):

Kami Bartness, Contracts Officer or Jeff Jenkins, Chief of Contracts Southcoast Region Box 112506 Fax: (907) 465-4238 Juneau, Alaska 99811-2506 Phone: (907) 465-4420/465-4493

E-Mail: [email protected] or [email protected]

Other Information:

All bids shall be accompanied by a bid guaranty in the form of an acceptable Bid Bond, Form 25D-14 (8/01), or a certified check, cashier's check or money order made payable to the State of Alaska. Bid bonds must be accompanied by a legible Power of Attorney. The amount of the bid guaranty is specified on page one of this Invitation for Bids.

Bid Results are available after each bid opening by dialing (907) 465-8904.

The Bid Calendar, Planholders List, Bid Results, DBE directory, etc. are available on the internet at: www.dot.state.ak.us under “Contracting and Procurement” Sorry – we no longer fax planholders lists.

Form 25D-7 (7/03) Page 2 of 2

Special Notice to Bidders

CARGO PREFERENCE ACT REQUIREMENTS

The provisions of the Cargo Preference Act (CPA) must be physically incorporated into all Federal-aid Projects awarded after February 15, 2016, and must be physically incorporated in all agreements with subcontractors and lower tier subcontractors.

Form 25D-55 (2/16) is revised to include the CPA provisions to the Required Contract Provisions for Federal-Aid Construction Contracts. See the last page of Form 25D-55 for the CPA requirements.

For additional details, please visit http://www.marad.dot.gov/ships-and- shipping/cargo-preference/laws-and-regulations/

Special Notice to Bidders

On December 22, 2015, U.S. District Court for the District of Columbia issued a decision vacating the Federal Highway Administration (FHWA) 90 percent threshold exemption for manufactured steel and iron products and the miscellaneous steel or iron components, subcomponents and hardware waiver. As a result of the federal court decision, FHWA withdrew their December 21, 2012 policy memorandum clarifying provisions of the Buy America Act requirements.

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES SOUTHEAST REGION - DESIGN AND ENGINEERING SERVICES

CHANGE TO INVITATION FOR BIDS - STATE AND FEDERAL WAGE RATES

The Southeast Region of the Department of Transportation and Public Facilities has included the following federal wage determinations in the Specifications for Construction Projects in the Invitation to Bid (ITB). These counties reflect a preponderance of past work done in the repair and construction of ferry boats. If you do not see the wage determination listed for the county in which you intend to perform the work, please contact Kami Bartness, Contracts Officer, at [email protected] for further guidance. http://www.wdol.gov/wdol/scafiles/davisbacon/AK1.dvb?v=7 (AK Statewide) http://www.wdol.gov/wdol/scafiles/davisbacon/WA95.dvb?v=6 (king county WA) http://www.wdol.gov/wdol/scafiles/davisbacon/WA96.dvb?v=4 (kitsap co WA) http://www.wdol.gov/wdol/scafiles/davisbacon/WA100.dvb?v=6 (snohomish co WA) http://www.wdol.gov/wdol/scafiles/davisbacon/WA73.dvb?v=4 (jefferson co WA) http://www.wdol.gov/wdol/scafiles/davisbacon/WA98.dvb?v=3 (skagit co WA) http://www.wdol.gov/wdol/scafiles/davisbacon/WA69.dvb?v=4 (challam co WA) http://www.wdol.gov/wdol/scafiles/davisbacon/OR63.dvb?v=5 (clatsop co OR) http://www.wdol.gov/wdol/scafiles/davisbacon/OR72.dvb?v=4 (lincoln co OR) http://www.wdol.gov/wdol/scafiles/davisbacon/OR76.dvb?v=5 (tillamook co OR) http://www.wdol.gov/wdol/scafiles/davisbacon/OR57.dvb?v=4 (lane co OR) http://www.wdol.gov/wdol/scafiles/davisbacon/OR66.dvb?v=5 (douglas co OR) http://www.wdol.gov/wdol/scafiles/davisbacon/OR64.dvb?v=5 (coos co OR) http://www.wdol.gov/wdol/scafiles/davisbacon/OR65.dvb?v=5 (curry co OR)

This project requires the use of either Federal or State Wage Rates for each trade to be performing work on the project. The most current version available on the websites must be used, as long as it is published at least 10 full days before bids open. In other words, you do not have to use a State or Federal Wage Rate that changes the rates if it is published less than ten (10) full days prior to bid opening and you have applied the last update. Contractors are required to use the higher of the two wage rates for the project.

Alaska State Wage Rates are downloadable at the following website: http://146.63.75.50/lss/pamp600.htm." Contractors outside the State of Alaska are responsible for determining the correct state wage rates for the state in which they intend to perform the work.

State of Alaska Wage Rates are updated twice a year, usually April 1 and September 1. Federal Wage Rates may be updated every Friday. Once you have accessed your first Federal Wage Rate, you can also sign up for Alert Service by clicking the box at the bottom of the screen. You will be notified whenever changes to the Federal Wage Rates are updated for bids that are in solicitation during those time periods.

Bidders not using the correct wage rates will still be responsible for paying the correct wage. The applicable State and Federal Wage Rates will be published in hard copy only in the final Conformed Copies.

By signature on the Bid Form, the bidder certifies that the correct and applicable wage rates have been applied.

If you need help with downloading the Wage Rates, please contact Kami Bartness, Contracts Officer, at [email protected] and she will provide assistance with the setup.

SPECIAL NOTICE TO BIDDERS

Questions from bidders on this project as associated Department responses will be published as Informational Notice to Bidders.

 All questions must be submitted in writing in sufficient time to receive a reply prior to submitting a bid (Reference Standard Specification 102-1.04). Questions submitted within two business days of bid opening may or may not be considered at the Department’s discretion. If a significant question is asked just prior to bid opening, the Department will determine whether the issue raised is significant enough to delay the bid opening and issue an addendum or to proceed with the scheduled bid opening.  Questions raised by individuals will receive an individual response as the answer becomes available, per historic practice.  All questions must be submitted to the Construction Manager identified on the Invitation to bid. Questions submitted to the Bidder Registration Inbox, or a location other than the identified Construction Manager, will not be answered.  At increments of time determined by the Department, all questions and answers on the project received will be published as an Informational Notice to Bidders, and as such is not contractual. The questions and answers will be published typically in conjunction with issuance of an addendum, but will still be published even if no addendum is issued.  The Department will publish only questions and answers. The Department will not publish contractor’s name or contact information.

NOTICE TO BIDDERS

Bidders are advised that the Department will provide the successful contractor with the following documents upon award of the contract:

 Two (2) copies of Conformed Full Sized Plans.  Two (2) copies of Conformed 11 X 17 Plans  Two (2) copies of Conformed Specifications  One (1) copy of Conformed Plans & Specification in electronic format (.pdf) on CD- ROM Additional copies of contract documents are the responsibility of the contractor.

SPECIAL NOTICE TO BIDDERS

On November 10, 2015, Governor Walker issued Administrative Order (AO) 278. The order establishes a 15% goal for utilizing registered apprentices in certain job categories on construction projects awarded by the Alaska Department of Transportation & Public Facilities. AO 278 applies to all projects with a contract award amount that equals or exceeds 2.5 million dollars.

To view AO 278 in its entirety, please visit Office of the Governor: Administrative Orders- AO 278.

Special Notice to Bidders

Statewide Special Provision SSP-38 Section 120 for the Disadvantaged Business Enterprise (DBE) Program

Effective for FHWA funded projects advertised on or after July 1, 2015; there is a new Statewide Special Provision SSP-38 that replaces Standard Modification E114 for Section 120 DBE Program. The Department, in coordination with the Federal Highway Administration (FHWA), adopted a Race-Neutral DBE Program with an overall DBE Utilization Goal of 8.83% for Alaska’s FHWA Federal-Aid program. Although the Race-Neutral program does not establish or require individual project DBE Utilization Goals, 49 CFR establishes the Bidder is responsible to make a portion of the work available to DBEs and to select those portions of the work or material needs consistent with the available DBEs to facilitate DBE participation. If the Department, in collaboration with our contractors, does not meet the overall program DBE Utilization Goal and cannot demonstrate good faith effort to meet the program goal, the program may be modified to Race-Conscious, with individual DBE Utilization Goals established for each Federal-Aid project. The Department and FHWA will use the data collected under Section 120 to evaluate the program for compliance with Section 120 and with 49 CFR Part 26. Contractors are encouraged to review the construction and contract forms and the new Statewide Special Provision SSP-38 for Section 120 DBE program. For information about the Plan Holder Self Registration List, A guide (titled “Plan Holder Self Registration List”) can be found on the Civil Rights website http://www.dot.state.ak.us/cvlrts/index.shtml. This offers further instructions and guidance. Any questions about this notice may be directed to Dennis Good, Manager of the Civil Rights Office, (907) 269-0851, or email [email protected]. 07/01/15

Special Notice to Bidders

Standard Forms 25A-301 Federal EEO Bid Conditions, and 25D-6 Bidder Registration have been revised.

Effective for FHWA funded projects advertised on or after February 1, 2015; there are three Civil Rights Forms that have been updated. Contractors are encouraged to review the revised contract forms.

Standard Form 25A-301 Federal EEO Bid Conditions had subsection 3 eliminated and the form was revised to the new references.

Standard Form 25D-6 Bidder Registration was revised to update the requirements for a Small Business Enterprise.

Any questions about this notice may be directed to Dennis Good, Manager of the Civil Rights Office, (907) 269-0848, or email [email protected].

02/01/15

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

REQUIRED DOCUMENTS Federal-Aid Contracts

REQUIRED FOR BID. Bids will not be considered if the following documents are not completely filled out and submitted at the time of bidding:

1. Bid Form (Form 25D-9) 2. Bid Schedule 3. Bid Security 4. Any bid revisions must be submitted by the bidder prior to bid opening on the following form: Bid Modification (Form 25D-16) 5. Name Brand or Equal Certification/Project Completion Certification Form

REQUIRED AFTER NOTICE OF APPARENT LOW BIDDER. The apparent low bidder is required to complete and submit the following document within 5 working days after receipt of written notification:

1. Subcontractor List (Form 25D-5) 2. DBE Utilization Report (Form 25A-325C) 3. When Form 25A-325C indicates less than the stated goal for the project, the successful bidder shall submit documentation of efforts in meeting the goal by submitting the following: a. Summary of Good Faith Effort Documentation (Form 25A-332A), and b. Contact Reports (Form 25A-321A), as required the initial contact must be made within 7 calendar days prior to bid opening. 4. For each DBE to be used on the project, submit a DBE Commitment (Form 25A-326)

REQUIRED FOR AWARD. In order to be awarded the contract, the successful bidder must completely fill out and submit the following documents within the time specified in the intent to award letter:

1. Construction Contract (Form 25D-10H) 2. Payment Bond (Form 25D-12) 3. Performance Bond (Form 25D-13) 4. Contractor's Questionnaire (25D-8) 5. Certificate of Insurance (from carrier) 6. EEO-1 Certification (Form 25A-304) 7. On projects that include bid item 645, Training Program, the successful bidder shall submit the following: Training Utilization Report (Form 25A-311), and/or

DOT&PF Training Program Request (Form 25A-310), if required 8. On Federal-aid highway projects: Material Origin Certificate (Form 25D-60) 9. Bidders must register annually with the Civil Rights Office in order to be eligible for award. If not registered, or if unsure, submit the following: Bidder Registration (Form 25D-6)

Form 25D-4A (9/12) Page 1 of 1

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

FEDERAL EEO BID CONDITIONS

STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS FOR ALL NON-EXEMPT FEDERAL AND FEDERALLY-ASSISTED CONSTRUCTION CONTRACTS TO BE AWARDED IN THE STATE OF ALASKA

Authority and Guidelines.

The Alaska Department of Transportation & Public Facilities (Department), as a State Transportation Agency (STA), has authority under 23 U.S.C. 140 and its implementing regulations to conduct a compliance program addressing Equal Employment Opportunity (EEO) and Affirmative Action (AA) in employment on non-exempt federal and federally-assisted construction contracts that are awarded in the State of Alaska. The STA's authority to administer a contract compliance with Nondiscrimination, EEO and AA programs are authorized under 23 U.S.C., 49 U.S.C., Title VI of the Civil Rights Act of 1964, MAP-21 and implementing regulations. The provisions of 23 CFR 200 and 49 CFR 21 provide authority to determine, and where necessary obtain compliance with the nondiscrimination provisions of Title VI. Under the provisions of Title VI 23 USC and related regulations, including 49 CFR 21 and 26, and 23 CFR Part 200, 230 and 633, it is the STA's responsibility to ensure compliance with and to enforce on all projects of Federal-aid contractors and subcontractors, whether a particular contract or work-site involves Federal-aid funds or not.

These citations confirm the requirement for contractors to provide, and States to obtain information that ensure non- discrimination in employment on all of Federal and federally-assisted projects, and through these provisions, provide for EEO for minorities and women in all terms and conditions of their employment at all of their facilities and on all projects.

1. Definitions. As used in these specifications:

a. “Covered area” means the geographical area described in the solicitation from which this contract resulted;

b. “Employer identification number” means the Federal Social Security number used on the Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941.

c. “Minority” includes:

(1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin);

(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin, regardless of race);

(3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

(4) American Indian or Alaska Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

Form 25A-301 (12/14) Page 1 of 4

2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and which is set forth in the solicitations from which this contract resulted.

3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the DOL in the covered area, either individually or through an association, its affirmative action obligations on all work in the Plan area shall be in accordance with that Plan for those trades that have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make good faith effort to achieve an equal representation of minority and female employment under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors in an approved Plan does not excuse any covered Contractor’s or subcontractor’s failure to make good faith efforts to achieve the Plan.

4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 5(a) through 5(p) of these specifications.

5. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor’s employees are assigned to work. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor’s obligations to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations’ responses.

c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the- street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken.

d. Provide immediate written notification to the Civil Rights Office’s Contract Compliance Officer when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations.

e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 5(b) above.

f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees

Form 25A-301 (12/14) Page 2 of 4

at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendent, general foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and dispositions of the subject matter.

h. Disseminate the Contractor’s EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor’s EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor’s workforce.

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3.

l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor’s obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are nonsegregated except that separate or single-used toilet, necessary changing facilities and necessary sleeping facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontractors from minority and female construction contractors and suppliers, including circulations of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors’ adherence to and performance under the Contractor’s EEO policies and affirmative action obligations.

6. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations 5(a) through 5(p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any or more of its obligations under 5(a) through 5(p) of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected

Form 25A-301 (12/14) Page 3 of 4

in the Contractor’s minority and female work force participation, makes a good faith effort to meet its individual EEO obligations, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor’s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor’s noncompliance.

7. The Contractor is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation if a particular group is employed in a substantially disparate manner.

8. The Contractor shall not use the equal employment or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin.

9. The Contractor shall not enter into any subcontract with any person or firm debarred from government contracts.

10. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in item 5(a-p) above, so as to achieve maximum results from its efforts to ensure equal employment opportunities.

11. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic apprentice, trainees, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that the existing records satisfy this requirement, Contractors shall not be required to maintain separate records.

12. Nothing herein provided shall be construed as a limitation upon the application of other laws that establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Programs).

13. The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.

14. EEO/AA obligations are applicable to all of the Contractor’s construction work (whether or not it is federal or federally-assisted) performed in the covered area. The hours on minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of equalizing minority and female employment percentages shall be a violation of the contract. Compliance with equal minority and female employment utilization will be measured against the total work hours performed.

15. The Contractor shall provide written notification to the Department, for all subcontracts documents as follows: the name, address and telephone number of subcontractors and their employer identification number; the estimated dollar amount of the subcontracts; estimated starting and completion dates of the subcontracts; and the geographical area in which the contract is to be performed.

This written notification shall be required for all construction subcontracts in excess of $10,000 at any tier for construction work under the contract resulting from this project’s solicitation.

16. As used in the Bid Notice, and in the contract resulting from this project’s solicitation, the “covered area” is the State of Alaska.

Form 25A-301 (12/14) Page 4 of 4

Named Brand or Equal Certification

The undersigned acknowledges that the bid prices submitted reflect the true cost to supply named products where applicable and is not dependent on acceptance by the State of any “or equal” substitute.

Signature

Name and Title of Person Signing

Telephone Number

Project Completion Certification

The Undersigned acknowledges that they have read and fully understand Section 1B.

DELIVERY, COMPLETION OF WORK AND REDELIVERY.

The undersigned certifies that the bid prices and underlying labor hours and the project schedule reflect project completion by the date given for the “walk thru”. Further, the undersigned agrees that time is of the essence and that all of the work will be planned, scheduled and pursued with the firm commitment to reach 100% completion of all items including “punch list” items prior to the contract completion date.

Signature

Name and Title of Person Signing

Telephone Number

Project Name: IFA Ferry Vessel MV Stikine Refurbishment Project Number: SFHWY00192/0003227

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

SUBCONTRACTOR LIST

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

The apparent low bidder shall complete this form and submit it so as to be received by the Contracting Officer prior to the close of business on the fifth working day after receipt of written notice from the Department.

An apparent low bidder who fails to submit a completed Subcontractor List form within the time allowed will be declared nonresponsible and may be required to forfeit the bid security.

Scope of work must be clearly defined. If an item of work is to be performed by more than one firm, indicate the portion or percent of work to be done by each.

Check as applicable: All Work on the above-referenced project will be accomplished without subcontracts or List all first tier Subcontractors as follows:

LIST FIRST TIER SUBCONTRACTORS ONLY FIRM NAME, AK BUSINESS LICENSE NO., SCOPE OF WORK TO ADDRESS, CONTRACTOR'S BE PERFORMED PHONE NO. REGISTRATION NO.

CONTINUE SUBCONTRACTOR INFORMATION ON REVERSE

For projects with federal-aid funding, I hereby certify Alaska Business Licenses and Contractor Registrations will be valid for all subcontractors prior to award of the subcontract. For projects without federal-aid funding (State funding only), I hereby certify the listed Alaska Business Licenses and Contractor Registrations were valid at the time bids were opened for this project.

Signature of Authorized Company Representative Title

Company Name Company Address (Street or PO Box, City, State, Zip)

( ) Date Phone Number

Form 25D-5 (5/17) Page 1 of 2

FIRM NAME, AK BUSINESS LICENSE NO., SCOPE OF WORK TO ADDRESS, CONTRACTOR'S BE PERFORMED PHONE NO. REGISTRATION NO.

Form 25D-5 (5/17) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES Civil Rights Office – DBE Program

BIDDER REGISTRATION

All firms are required to submit a Bidder’s Registration form before an Alaska Department of Transportation and Public Facilities (DOT&PF) project can be awarded. The Bidder Registration form must be submitted to the Civil Rights Officer (CRO) on an annual basis by January 1 and is valid thru December 31. Complete this form for each contractor and subcontractor. Firms will be listed on the bidder registration online directory http://www.dot.state.ak.us/cvlrts/bidreg.shtml.

Name of Firm: Street Address: Mailing Address: Contact Name: Telephone Number: Fax number: E-mail Address: Date Firm was Established: The firm listed above is a (check all that apply): Prime Contractor? Subcontractor? Identify specialty: ______Service Provider? Identify service: ______Material Supplier? Identify material: ______Manufacturer? Identify product: ______Certified DBE? * *DBE- Disadvantaged Business Enterprise Self-Certified SBE? * *SBE- Small Business Enterprise (Complete page 2 of this form.)

Firm’s gross annual receipts: < $500,000

$500,000- $999,999

$1,000,000- $4,999,999

$5,000,000- $9,999,999

$10,000,000- $16,999,999

> $17,000,000

Type of contracts/proposals bid by the firm (check all that apply):

Highways Airports Transit AMHS

Signature of Company Representative Title Date

Send this completed form to: OR You may fax your completed form to: ADOT&PF Civil Rights Office (907) 269-0847 PO Box 196900 Anchorage, Alaska 99519-6900

If you have any questions, please call (907) 269-0851.

Form 25D-6 (1/16) Page 1 of 2

SMALL BUSINESS ENTERPRISE PROGRAM (SBE) SELF-REGISTRATION

Fostering Small Business Participation (SBE) (49 CFR 26.39): To meet the requirements of 49 CFR 26.39, DOT&PF has implemented a Small Business Enterprise Program. This component is only applicable to federally funded projects.

[Complete the Section below only if you are a Self-Certified SBE Firm] All businesses wishing to be eligible as a SBE are required to submit a SBE Self-Registration form. The SBE Self-Registration form must be submitted on an annual basis by January 1 and is valid thru December 31.

In order to verify your firm’s compliance with business size standards under 49 CFR 26.67(2)(i) and 26.65(b), at the time of award you will be required to submit the following documents: ● SBE Affidavit of Certification Eligibility ● Personal Financial Statement ● Past three years of your corporations and/or individual tax returns ● If not a certified DBE, please provide documentation that you are self-certified as a small business (please contact Procurement Technical Assistance Center (PTAC) at 907-274-7232 if you require assistance on becoming a self- certified small business) At time of award send required documentation to:

DOT&PF Civil Rights Office Attn: Certification PO Box 196900 Anchorage, Alaska 99519-690 Phone: (907) 269-0851 Fax: (907) 269-0847

A. SBE Directory Information 1. Can you verify at time of award that your firm (including affiliates) does not exceed the small business size standards as described by the Small Business Administration (SBA) for the last three years of gross annual receipts per 49 CFR 26.65(a)? To find more information [ ]Yes [ ] No* about the SBA size standards, visit the SBA website https://www.sba.gov/content/small- business-size-standards. *If you marked “No” you do not qualify for the SBE Program 2. Can you verify at time of award that your firm (including affiliates) does not exceed the personal net worth standards of $1.32 million per 49 CFR 26.67(2)(i)? [ ]Yes [ ] No* *If you marked “No” you do not qualify for the SBE Program

3. Can you verify at time of award that each individual owner of your firm does not exceed the personal net worth standards of $1.32 million per 49 CFR 26.67(2)(i)? [ ]Yes [ ] No* *If you marked “No” you do not qualify for the SBE Program

4. Contact Info. Name of Firm Contact Name

Telephone Number Fax Number

Email Address Company Website

Form 25D-6 (1/16) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

CONTRACTOR’S QUESTIONNAIRE

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

A. FINANCIAL

1. Have you ever failed to complete a contract due to insufficient resources? No Yes If YES, explain:

2. Describe any arrangements you have made to finance this work: ______

B. EQUIPMENT

1. Describe below the equipment you have available and intend to use for this project.

ITEM QUAN. MAKE MODEL SIZE/ PRESENT CAPACITY MARKET VALUE

Form 25D-8 (8/01) Page 1 of 2

2. What percent of the total value of this contract do you intend to subcontract? ______%

3. Do you propose to purchase any equipment for use on this project? No Yes If YES, describe type, quantity, and approximate cost:

4. Do you propose to rent any equipment for this work? No Yes If YES, describe type and quantity:

5. Is your bid based on firm offers for all materials necessary for this project? Yes No If NO, please explain:

C. EXPERIENCE

1. Have you had previous construction contracts or subcontracts with the State of Alaska?

Yes No

Describe the most recent or current contract, its completion date, and scope of work:

2. List, as an attachment to this questionnaire, other construction projects you have completed, the dates of completion, scope of work, and total contract amount for each project completed in the past 12 months.

I hereby certify that the above statements are true and complete.

Name of Contractor Name and Title of Person Signing

Signature Date

Form 25D-8 (8/01) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

BID FORM

for

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

by

Company Name

Company Address (Street or PO Box, City, State, Zip)

TO THE CONTRACTING OFFICER, DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES:

In compliance with your Invitation to Bids dated May 31, 2018, the Undersigned proposes to furnish and deliver all the materials and do all the work and labor required in the construction of the above- referenced Project, located at or near M/V Stikine, Alaska, according to the plans and specifications and for the amount and prices named herein as indicated on the Bid Schedule consisting of 1 sheets, which is made a part of this Bid.

The Undersigned declares that he has carefully examined the contract requirements and that he has made a personal examination of the site of the work; that he understands that the quantities, where such are specified in the Bid Schedule or on the plans for this project, are approximate only and subject to increase or decrease, and that he is willing to perform increased or decreased quantities of work at unit prices bid under the conditions set forth in the Contract Documents.

The Undersigned hereby agrees to execute the said contract and bonds within fifteen calendar days, or such further time as may be allowed in writing by the Contracting Officer, after receiving notification of the acceptance of this bid, and it is hereby mutually understood and agreed that in case the Undersigned does not, the accompanying bid guarantee shall be forfeited to the State of Alaska, Department of Transportation and Public Facilities as liquidated damages, and the said Contracting officer may proceed to award the contract to others.

The Undersigned agrees to commence the work within 10 calendar days, and to complete the work within N/A calendar days, after the effective date of the Notice to Proceed, or by August 15, 2018, unless extended in writing by the Contracting Officer.

The Undersigned proposes to furnish Payment Bond in the amount of *See Section 103-1.04 of the General Provisions (of the contract) and Performance Bond in the amount of *See Section 103-1.04 of the General Provisions (of the contract), as surety conditioned for the full, complete and faithful performance of this contract.

Form 25D-9 (7/03) Page 1 of 2

The Undersigned acknowledges receipt of the following addenda to the drawings and/or specifications (give number and date of each).

Addenda Date Addenda Date Addenda Date Number Issued Number Issued Number Issued

NON-COLLUSION DECLARATION

The Undersigned declares, under penalty of perjury under the laws of the United States, that neither he nor the firm, association, or corporation of which he is a member, has, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this bid.

The Undersigned has read the foregoing and hereby agrees to the conditions stated therein by affixing his signature below:

Signature of Authorized Company Representative

Typed Name and Title

( ) ( ) Phone Number Fax Number

Form 25D-9 (7/03) Page 2 of 2 State of Alaska BID IFA Ferry Vessel MV Stikine Refurbishment Department of Transportation SCHEDULE AKSAS No. : & Public Facilities Program No. : SFHWY00192 Southcoast Region Federal No. : TBD Bidders Please Note: Before preparing the bid schedule, read carefully the contract documents.

The Bidder shall insert a unit bid price or a lump sum price in figures opposite each pay item for which an estimated quantity appears in the bid schedule. The estimated quantity of work for payment on a lump sum basis will be "all required" and as further specified in the contract.

Wherever a contingent amount is shown for any item in this bid schedule such amount shall govern and be included in the bid total.

The basis for award shall be determined by the lowest basic bid.

Note: This project is "Race Neutral" as defined by Section 120 of the Standard Specifications. Contractors are required to follow the requirements for Race Neutral DBE participation as outlined in Section 120.

The bidder shall insert a price for each pay item listed below. Type or print legibly. Basic Bid Item No. Item Description Unit Quantity Unit Bid Price Amount Bid 1 Administrative and Temporary Lump Sum All Req'd. Lump Sum Services 2 Delivery, Redelivery, Bonding, Lump Sum All Req'd. Lump Sum Insurance and Other Contractor Costs 3 Planning, Scheduling and Lump Sum All Req'd. Lump Sum Technical Documentation 4 Refurbish Sewage Tank Lump Sum All Req'd. Lump Sum

5 Blast and Paint Potable Water Lump Sum All Req'd. Lump Sum Tanks 6 Blast and Paint Underwater Lump Sum All Req'd. Lump Sum Body 7 Upgrade HVAC Control Lump Sum All Req'd. Lump Sum System Total Basic Bid $

Bid Schedule: IFA Ferry Vessel MV Stikine Refurbishment Federal/Program No.: TBD / SFHWY00192

5/24/2018 Page 1 of 1 Bid Submitted By:______

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

CONSTRUCTION CONTRACT

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

This CONTRACT, between the STATE OF ALASKA, DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES, herein called the Department, acting by and through its Contracting Officer, and

Company Name

Company Address (Street or PO Box, City, State, Zip)

a/an [ ] Individual [ ] Partnership [ ] Joint Venture [ ] Sole Proprietorship [ ] Corporation incorporated under the laws of the State of ______, its successors and assigns, herein called the Contractor, is effective the date of the signature of the Contracting Officer on this document.

WITNESSETH: That the Contractor, for and in consideration of the payment or payments herein specified and agreed to by the Department, hereby covenants and agrees to furnish and deliver all the materials and to do and perform all the work and labor required in the construction of the above-referenced project at the prices bid by the Contractor for the respective estimated quantities aggregating approximately the sum of

______Dollars ($ ______), and such other items as are mentioned in the original Bid, which Bid and prices named, together with the Contract Documents are made a part of this Contract and accepted as such.

It is distinctly understood and agreed that no claim for additional work or materials, done or furnished by the Contractor and not specifically herein provided for, will be allowed by the Department, nor shall the Contractor do any work or furnish any material not covered by this Contract, unless such work is ordered in writing by the Department. In no event shall the Department be liable for any materials furnished or used, or for any work or labor done, unless the materials, work, or labor are required by the Contract or on written order furnished by the Department. Any such work or materials which may be done or furnished by the Contractor without written order first being given shall be at the Contractor's own risk, cost, and expense and the Contractor hereby covenants and agrees to make no claim for compensation for work or materials done or furnished without such written order.

The Contractor further covenants and agrees that all materials shall be furnished and delivered and all labor shall be done and performed, in every respect, to the satisfaction of the Department, on or before: August 15, 2018 or within N/A calendar days. It is expressly understood and agreed that in case of the failure on the part of the Contractor, for any reason, except with the written consent of the Department, to complete the furnishing and delivery of materials and the doing and performance of the work before the aforesaid date, the Department shall have the right to deduct from any money due or which may become due the Contractor, or if no money shall be due, the Department shall have the right to recover dollars ($ ) per day for each calendar day elapsing between the time stipulated for the completion and the actual date of completion in accordance with the terms hereof; such deduction to be made, or sum to be recovered, not as a penalty but as liquidated damages.

Form 25D-10A (8/01) Page 1 of 2

The bonds given by the Contractor in the sum of $ Payment Bond, and $ Performance Bond, to secure the proper compliance with the terms and provisions of this Contract, are submitted herewith and made a part hereof.

IN WITNESS WHEREOF, the parties hereto have executed this Contract and hereby agree to its terms and conditions.

CONTRACTOR

Company Name

Signature of Authorized Company Representative

Typed Name and Title

Date

(Corporate Seal)

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

Signature of Contracting Officer

Typed Name

Date

Form 25D-10A (8/01) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

PAYMENT BOND

Bond No. ______For IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

KNOW ALL WHO SHALL SEE THESE PRESENTS:

That of as Principal, and of as Surety,

firmly bound and held unto the State of Alaska in the penal sum of Dollars ($ ), good and lawful money of the United States of America for the payment whereof, well and truly to be paid to the State of Alaska, we bind ourselves, our heirs, successors, executors, administrators, and assigns, jointly and severally, firmly by these presents.

WHEREAS, the said Principal has entered into a written contract with said State of Alaska, on the of A.D., 20 , for construction of the above-referenced project, said work to be done according to the terms of said contract.

Now, THEREFORE, the conditions of the foregoing obligation are such that if the said Principal shall comply with all requirements of law and pay, as they become due, all just claims for labor performed and materials and supplies furnished upon or for the work under said contract, whether said labor be performed and said materials and supplies be furnished under the original contract, any subcontract, or any and all duly authorized modifications thereto, then these presents shall become null and void; otherwise they shall remain in full force and effect.

IN WITNESS WHEREOF, we have hereunto set our hands and seals at ______, ______this ______day of ______A.D., 20_____.

Principal:

Address:

By:

Contact Name:

Phone: ( )

Surety:

Address:

By:

Contact Name:

Phone: ( )

The offered bond has been checked for adequacy under the applicable statutes and regulations:

______Alaska Department of Transportation & Public Facilities Authorized Representative Date

See Instructions on Reverse

Form 25D-12 (8/01) Page 1 of 2

INSTRUCTIONS

1. This form, for the protection of persons supplying labor and material, shall be used whenever a payment bond is required. There shall be no deviation from this form without approval from the Contracting Officer.

2. The full legal name, business address, phone number, and point of contact of the Principal and Surety shall be typed on the face of the form. Where more than a single surety is involved, a separate form shall be executed for each surety.

3. The penal amount of the bond, or in the case of more than one surety the amount of obligation, shall be typed in words and in figures.

4. Where individual sureties are involved, a completed Affidavit of Individual Surety shall accompany the bond. Such forms are available upon request from the Contracting Officer.

5. The bond shall be signed by authorized persons. Where such persons are signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership, or joint venture, or an officer of the corporation involved, evidence of authority must be furnished.

Form 25D-12 (8/01) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

PERFORMANCE BOND

Bond No. ______For

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

KNOW ALL WHO SHALL SEE THESE PRESENTS:

That of as Principal, and of as Surety,

firmly bound and held unto the State of Alaska in the penal sum of Dollars ($ ), good and lawful money of the United States of America for the payment whereof, well and truly to be paid to the State of Alaska, we bind ourselves, our heirs, successors, executors, administrators, and assigns, jointly and severally, firmly by these presents.

WHEREAS, the said Principal has entered into a written contract with said State of Alaska, on the of A.D., 20 , for construction of the above-referenced project, said work to be done according to the terms of said contract.

Now, THEREFORE, the conditions of the foregoing obligation are such that if the said Principal shall well and truly perform and complete all obligations and work under said contract and if the Principal shall reimburse upon demand of the Department of Transportation and Public Facilities any sums paid him which exceed the final payment determined to be due upon completion of the project, then these presents shall become null and void; otherwise they shall remain in full force and effect.

IN WITNESS WHEREOF, we have hereunto set our hands and seals at ______, ______this ______day of ______A.D., 20_____.

Principal:

Address:

By:

Contact Name:

Phone: ( )

Surety:

Address:

By:

Contact Name:

Phone: ( )

The offered bond has been checked for adequacy under the applicable statutes and regulations:

______Alaska Department of Transportation & Public Facilities Authorized Representative Date

Form 25D-13 (8/01) Page 1 of 2

INSTRUCTIONS

1. This form shall be used whenever a performance bond is required. There shall be no deviation from this form without approval from the Contracting Officer.

2. The full legal name, business address, phone number, and point of contact of the Principal and Surety shall be typed on the face of the form. Where more than a single surety is involved, a separate form shall be executed for each surety.

3. The penal amount of the bond, or in the case of more than one surety the amount of obligation, shall be typed in words and in figures.

4. Where individual sureties are involved, a completed Affidavit of Individual Surety shall accompany the bond. Such forms are available upon request from the Contracting Officer.

5. The bond shall be signed by authorized persons. Where such person is signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership, or joint venture, or an officer of the corporation involved, evidence of authority must be furnished.

Form 25D-13 (8/01) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

BID BOND

For

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

DATE BOND EXECUTED:

PRINCIPAL (Legal name and business address): TYPE OF ORGANIZATION:

Individual Partnership Joint Venture Corporation

STATE OF INCORPORATION:

SURETY(IES) (Name and business address): A. B. C.

PENAL SUM OF BOND: DATE OF BID:

We, the PRINCIPAL and SURETY above named, are held and firmly bound to the State (State of Alaska), in the penal sum of the amount stated above, for the payment of which sum will be made, we bind ourselves and our legal representatives and successors, jointly and severally, by this instrument.

THE CONDITION OF THE FOREGOING OBLIGATION is that the Principal has submitted the accompanying bid in writing, date as shown above, on the above-referenced Project in accordance with contract documents filed in the office of the Contracting Officer, and under the Invitation for Bids therefor, and is required to furnish a bond in the amount stated above.

If the Principal's bid is accepted and he is offered the proposed contract for award, and if the Principal fails to enter into the contract, then the obligation to the State created by this bond shall be in full force and effect.

If the Principal enters into the contract, then the foregoing obligation is null and void.

Principal

Signature(s) 1. 2. 3.

Name(s) 1. 2. 3. & Title(s) (Typed)

Corporate Seal See Instructions on Reverse

Form 25D-14 (8/01) Page 1 of 2

CORPORATE SURETY(IES)

SURETY A Name of Corporation State of Incorporation Liability Limit $ Signature(s) 1. 2.

Corporate Name(s) 1. 2. Seal & Titles (Typed)

Surety B Name of Corporation State of Incorporation Liability Limit $ Signature(s) 1. 2.

Corporate Name(s) 1. 2. Seal & Titles (Typed)

Surety C Name of Corporation State of Incorporation Liability Limit $ Signature(s) 1. 2.

Corporate Name(s) 1. 2. Seal & Titles (Typed)

INSTRUCTIONS

1. This form shall be used whenever a bid bond is submitted.

2. Insert the full legal name and business address of the Principal in the space designated. If the Principal is a partnership or joint venture, the names of all principal parties must be included (e.g., "Smith Construction, Inc. and Jones Contracting, Inc. DBA Smith/Jones Builders, a joint venture"). If the Principal is a corporation, the name of the state in which incorporated shall be inserted in the space provided.

3. Insert the full legal name and business address of the Surety in the space designated. The Surety on the bond may be any corporation or partnership authorized to do business in Alaska as an insurer under AS 21.09. Individual sureties will not be accepted.

4. The penal amount of the bond may be shown either as an amount (in words and figures) or as a percent of the contract bid price (a not-to-exceed amount may be included).

5. The scheduled bid opening date shall be entered in the space marked Date of Bid.

6. The bond shall be executed by authorized representatives of the Principal and Surety. Corporations executing the bond shall also affix their corporate seal.

7. Any person signing in a representative capacity (e.g., an attorney-in-fact) must furnish evidence of authority if that representative is not a member of the firm, partnership, or joint venture, or an officer of the corporation involved.

8. The states of incorporation and the limits of liability of each surety shall be indicated in the spaces provided.

9. The date that bond is executed must not be later than the bid opening date.

Form 25D-14 (8/01) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

BID MODIFICATION

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

Modification Number: ______

Note: All revisions shall be made to the unadjusted bid amount(s). Changes to the adjusted bid amounts will be computed by the Department.

REVISION TO REVISION TO PAY ITEM NO. PAY ITEM DESCRIPTION UNIT BID PRICE +/- BID AMOUNT +/-

TOTAL REVISION: $______

Name of Bidding Firm

Responsible Party Signature Date

This form may be duplicated if additional pages are needed.

Form 25D-16 (8/01) Page _____ of _____

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

MATERIAL ORIGIN CERTIFICATE

Federal-Aid Highway Contracts

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

By signing this Material Origin Certificate, the offeror certifies that all steel and iron products to be furnished under this project are manufactured in the United States and comply with Subsection 106-1.01, Buy America Provision, of the Contract Special Provisions, except for those items listed by the offeror below or on a separate and clearly identified attachment.1

PRODUCT2 COUNTRY OF ORIGIN COST3

THE FOLLOWING ITEMS ARE CONSIDERED TO BE MANUFACTURING PROCESSES4: a. Modifying the chemical content. b. Initial rolling into plates, shapes, rods, and bars. Structural steel completed at this point. c. Rolling into sheets, corrugating, and rolling into culverts, guardrail, etc. d. Processing and drawing into wire, spinning wire into cable or strand, forming wire fabric, fencing, etc. e. The action of coating iron or steel. Coating includes epoxy coating, galvanizing, painting, and any other coating that protects or enhances the value of the product.

Contractor Signature of Contractor’s Representative

Date

1. The Contractor may amend this certificate after award only by a signed statement and only up to the limit specified in the contract. 2. Enter “NONE” on the first line if there are no exceptions. 3. Invoice cost as delivered to the project including freight. 4. There is a Nationwide waiver to Buy America for pig iron and processed, pelletized and reduced iron ore.

Form 25D-60 (8/01) Page 1 of 1

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

EEO-1 CERTIFICATION

Federal-Aid Contracts

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

This certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor [41 CFR 60-1.7 (b) (1)] and must be completed by the successful Bidder and each proposed Subcontractor participating in this contract.

PLEASE CHECK APPROPRIATE BOXES

The Bidder Proposed Subcontractor hereby CERTIFIES:

PART A. Bidders and proposed Subcontractors with 50 or more year-round employees and a federal contract amounting to $50,000 or more are required to submit one federal Standard Report Form 100 during each year that the two conditions exist (50 employees and a $50,000 federal contract).

The company named below (Part C) is exempt from the requirements of submitting the Standard Report Form 100 this year.

NO (go to PART B) YES (go to PART C)

Instructions and blank Standard Report Form 100's may be obtained from a local U.S. Department of Labor office, or by writing to:

The Joint Reporting Committee P.O. Box 779 Norfolk, Virginia 23501

Telephone number: (757) 461-1213

PART B. The company named below has submitted the Standard Report Form 100 this year.

NO YES

Note: Bidders and proposed Subcontractors who have not filed the required Standard Report Form 100 and are not exempt from filing requirements will not be awarded this contract or subcontract until Form 100 has been filed for the current year ending June 30.

PART C.

Signature of Authorized Company Representative Title

Company Name Company Address (Street or PO Box, City, State, Zip)

( ) Date Phone Number

Form 25A-304 (8/01) Page 1 of 1

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

CONTACT REPORT Federal-Aid Contracts

Project Name and Number Specific Work or Materials (by pay Item): DBE Firm Contacted: ( ) Name Address Phone Number A. INITIAL CONTACT: (See important contact information on instruction sheet) Method: 1. Date Phone Publication Email FAX Other 2. Person Contacted Name Title

3. DBE's Response: Date: Method: Phone Email FAX Other

Submitted an acceptable sub-bid. (If sub-bid accepted, skip to Section D) Not interested: Indicate Reason(s) Needs more information: Date Prime provided requested information Will provide quote by: Date Received unacceptable sub-bid (complete Section C) B. FOLLOW-UP CONTACT: Method: 1. Date Phone Publication Email FAX Other 2. Person Contacted Name Title

3. DBE's Response: Date: Method: Phone Email FAX Other

Submitted an acceptable sub-bid. (If sub-bid accepted, skip to Section D) Received unacceptable sub-bid (complete Section C) Other result: C. EXPLANATION OF FAILURE TO ACHIEVE AN ACCEPTABLE SUB-BID: 1. Were the following required efforts made? a. Yes No Identified specific items of work, products, materials, etc. when asking for quote(s). b. Yes No Offered assistance in acquiring necessary bonding, insurance, and business development related assistance. c. Yes No Provided all appropriate information concerning the specific work items or materials. 2. Was the DBE's quote non-competitive? Yes No 3. Was the DBE unable to perform in some capacity? Yes No If "Yes", explain:

D. CERTIFICATION: I certify that the information provided above is accurate and that efforts to solicit sub-bids were made in good faith. Signature of Company Representative Title Date

Name of DOT&PF Reviewer Title Date

Form 25A-321A (10/16) Page 1 of 2

INSTRUCTIONS

Project Name and Number: Enter project name and number as they appear on bid documents. Work or Materials: Identify the

specific work item or material that you requested this firm to furnish. Firm Contacted: Enter name of firm as it appears in the

current DOT&PF DBE directory. Address: Enter address of firm contacted. Phone Number: Enter phone number of firm

contacted.

A. INITIAL CONTACT (Must be made at least seven calendar days prior to bid opening.) 1. Date and Method of Initial Contact: Indicate the method and date that actual contact was made or the date correspondence was postmarked. Leaving a "please call me" message does not constitute a contact. Attach a copy of dated letter or fax.

2. Name and Title of Person Contacted. Enter name and title of company representative with whom you corresponded or discussed submitting a sub-bid.

3. DBE's Response: Indicate one or more of the responses listed. If a firm bid was received and accepted, skip to section D.

B. FOLLOW-UP CONTACT If no response or an inconclusive response was received from the initial contact, a follow-up contact is required to determine for a certainty that the firm does not intend to submit a sub-bid or to conclude discussions with a sub-bid submittal.

1. Date and Method of Follow-up Contact: Indicate the method and date that actual contact was made or the date correspondence was postmarked. Leaving a "please call me" message does not constitute a contact. Attach a copy of dated letter or fax.

2. Name and Title of Person Contacted. Enter name and title of company representative with whom you corresponded or discussed submitting a sub-bid.

3. DBE's Response: Indicate one or more of the responses listed. If a firm bid was received and accepted, skip to section D.

C. EXPLANATION OF FAILURE TO ACHIEVE AN ACCEPTABLE SUB-BID 1. A NO response to items 1a., b., or c. will result in rejection of this contact. Be specific on results of discussions.

2. A YES answer to item 2. is grounds for rejecting a DBE sub-bid.

3. A YES answer to item 3. is grounds for rejecting a DBE sub-bid, only if the inability to perform is in an area of work specifically identified as a sub-item under the applicable bid item.

D. CERTIFICATION This certification of accuracy and good faith by the Contractor will be verified by contact with the listed firm. Falsification of information on the DBE Contact Report is grounds for debarment action under AS 36.30.640(4).

Form 25A-321A (10/16)) Page 2 of 2

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

DISADVANTAGED BUSINESS ENTERPRISE

UTILIZATION REPORT Federal-Aid Contracts

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

The undersigned hereby certifies on behalf of the bidder that:

A. It [ ] is [ ] is not a DOT&PF certified DBE or DBE joint venture.

B. It [ ] has [ ] has not met the DBE Goal for the project. If it has not met the goal, the required documentation of sufficient good faith efforts [ ] is [ ] is not attached hereto.

C. Listed below are the certified DBEs to be used in meeting the DBE goal. Included are the firm name, bid items or portions of work to be performed by the item number, type of DBE credit claimed, and the creditable dollar amount to be counted toward the goal.

FIRM NAME BID ITEM, WORK, SUBCONTRACT TYPE OF CREDIT CREDITABLE OR PRODUCT AMOUNT* DOLLAR AMOUNT** $ $ $ $ $ $ $ *or expenditure amount or fee/commission amount. **(Subcontract amount X Goal Participation %).

If more room is necessary, submit additional, signed copies of this form.

Total creditable DBE Utilization Amount $ ______

Basic Bid Amount $ ______

DBE Utilization % of Basic Bid Amount ______%

DBE Project Goal ______%

Signature of Authorized Company Representative Title

Company Name Company Address (Street or PO Box, City, State, Zip)

( ) Date Phone Number

25A-325C (3/2012) Page 1 of 1

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES Civil Rights Office – DBE Program

PRIME CONTRACTOR’S WRITTEN DBE COMMITMENT Federal-Aid Contracts

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

All firms bidding on Alaska Department of Transportation and Public Facilities (DOT&PF) projects must have a written commitment from each DBE firm to be subcontracted. Please complete this form for each DBE firm and submit to the DOT&PF Regional Compliance Officer.

If you have any questions, please call (907) 269-0851.

Name of DBE Firm: Street Address: Mailing Address: City: State: Zip Code: Telephone Number: Fax number:

Description of the work that DBE firm will perform:

Please provide additional information on a separate sheet of paper.

The dollar amount of participation by the DBE firm: $

Signatures of Authorized representatives of the Prime Contractor and the DBE firm below represent the written commitment by the Prime Contractor to subcontract with the DBE firm as described above and a written commitment by the DBE firm to subcontract for the work described above:

Prime Contractor Signature Date DBE Firm Signature Date

Prime Contractor Firm:

Address:

Telephone Number: Fax number:

25A-326 (8/01) Page 1 of 1

F

o r STATE OF ALASKA

m

2 DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES

5

A

- 3

3

2

A

(

8

/

0 SUMMARY OF GOOD FAITH EFFORT DOCUMENTATION

1 ) Federal-Aid Contracts

IFA Ferry Vessel MV Stikine Refurbishment; SFHWY00192/0003227 Project Name and Number

Contractor: ______

List all items considered for DBE utilization. GFE requires at a minimum that the Contractor consider all items identified on Form 25A-324. a. b. c. d. e. MATERIAL OR SPECIFIC ITEM ACCEPTABLE DBE # OF DBES # OF DBES THAT # OF DBE 1 2 OF WORK (SPECIFY PAY ITEM) QUOTE RECEIVED CONTACTED IN DBE RESPONDED QUOTES DIRECTORY RECEIVED 1.

2.

3.

4.

5.

6.

7.

8.

P

a

g

e

1 1. Check if acceptable DBE quote was received (if so, skip c, d, and e)

o f 2. Attach completed Contact Reports, Form 25A-321A 2 LIST ADDITIONAL ITEMS ON REVERSE SIDE

F

o

r m

2

5

A a. b. c. d. e.

-

3

3 MATERIAL OR SPECIFIC ITEM ACCEPTABLE DBE # OF DBES CONTACTED # OF DBES THAT # OF DBE QUOTES

2 A OF WORK (SPECIFY PAY ITEM) 1 IN DBE DIRECTORY 2 RECEIVED

( QUOTE RECEIVED RESPONDED

8

/ 0 9.

1 )

10.

11.

12.

13.

14.

15.

1. Check if acceptable DBE quote was received (if so, skip c, d, and e) 2. Attach completed Contact Reports, Form 25A-321A Comments:

P

a

g

e

2

o f

2

TECHNICAL SPECIFICATIONS

Inter-island Ferry Authority Vessel Refurbishment ADOT & PF Project No. SFHWY00192

Alaska Marine Highway System Alaska Department of Transportation and Public Facilities 7559 North Tongass Highway Ketchikan, Alaska 99901-9101

Inter-island Ferry Authority Vessel Refurbishment Page i Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192

TABLE OF CONTENTS

Section 0 General Requirements and General Technical Specifications Section 1A Administrative and Temporary Services Section 1B Interport Differential, Delivery, Completion of Work and Additional Contractor Costs Section 1C Planning, Scheduling, and Technical Documents Section 2 Refurbish Sewage Tank Section 3 Blast and Paint Potable Water Tanks Section 4 Blast and Paint Underwater Body Section 5 Upgrade HVAC Control System Appendix A Stikine Reference Drawings

Inter-island Ferry Authority Vessel Refurbishment Page ii Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATIONS

(This is a definite bid item.)

0.1 APPLICABILITY ...... 2 0.2 OWNER FURNISHED INFORMATION ...... 2 0.3 REGULATORY BODIES, LAWS, RULES, REGULATIONS, AND STANDARDS ...... 2 0.4 MATERIALS ...... 3 0.5 WELDING AND BRAZING ...... 6 0.6 ACCESS AND MAINTENANCE REQUIREMENTS ...... 7 0.7 VERTICAL/HORIZONTAL CLEARANCE ...... 8 0.8 REMOVALS, RELOCATIONS, ALTERATIONS, AND INTERFERENCE RESOLUTION ...... 8 0.9 VIBRATION AND NOISE ...... 9 0.10 RIGHT OF ACCESS (SEE ALSO GP 105-1.22) ...... 10 0.11 GENERAL STRUCTURAL REQUIREMENTS ...... 10 0.11.1 General ...... 10 0.11.1 Foundations...... 12 0.12 STRUCTURAL FIRE PROTECTION ...... 13 0.13 SURFACE PREPARATION AND PAINTING ...... 15 0.13.1 General ...... 15 0.13.1 Surface Preparation and Painting ...... 18 0.13.1 Paint Information ...... 21 0.13.1 Ceiling and Joiner Panels Repairs ...... 25 0.13.1 Machinery, Equipment, Piping and Cables ...... 25 0.14 PIPING MODIFICATIONS ...... 26 0.14.1 General ...... 26 0.14.1 Installation ...... 27 0.14.1 Plumbing & Deck Drains ...... 29 0.14.1 Materials ...... 30 0.14.1 Corrosion Precautions ...... 30 0.14.1 Cleaning and Flushing ...... 31 0.15 HVAC MODIFICATIONS ...... 32 0.15.1 General ...... 32 0.15.1 Equipment ...... 32 0.15.1 Insulation and Lagging ...... 37 0.15.1 Balancing Tests ...... 39 0.16 ELECTRICAL MODIFICATIONS ...... 39 0.16.1 General ...... 39 0.16.1 Materials ...... 39 0.16.1 Cabling ...... 40 0.16.1 Connections ...... 40 0.16.1 Wireways ...... 41 0.16.1 Penetrations ...... 41 0.16.1 Panelboards ...... 41 0.16.1 Transformers ...... 43 0.16.1 Motors ...... 43 0.16.1 Motor Controllers ...... 43 0.16.1 Lighting ...... 44 0.16.1 Receptacles ...... 45 0.17 NAMEPLATES, NOTICES, AND MARKINGS ...... 45 0.17.1 General ...... 45 0.17.1 Alarm Markings ...... 45 0.17.1 Markings at Fire Fighting Equipment ...... 46 Inter-island Ferry Authority Vessel Refurbishment Page 0-1 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

0.17.1 Emergency Lights ...... 46 0.17.1 Piping and Vent Duct Identification Markings ...... 46 0.17.1 Electrical Identification ...... 47 0.18 SPARE PARTS AND SPECIAL TOOLS ...... 48 0.19 INSTRUCTION BOOKS AND SHOP DRAWINGS ...... 48 0.20 TESTS AND TRIALS ...... 49 0.20.1 Test Equipment and Instruments...... 50 0.20.1 Structural Tests...... 50 0.20.1 Piping Systems Tests ...... 50 0.20.1 Ventilation Systems Operating Tests ...... 51 0.20.1 Electrical System Testing ...... 51 0.20.1 Machinery and Equipment Testing ...... 51 0.21 BASIS OF PAYMENT ...... 51

0.1 Applicability

The provisions of Section 0 shall apply to all sections of the technical specifications and all addenda, appendices and change orders thereto unless specifically exempted. In the event of a discrepancy between Section 0 and the provisions of other sections of the technical specifications, the provisions of this section shall govern.

0.2 Owner Furnished Information

Referenced and provided existing vessel drawings shall be considered accurate for bidding. Any major discrepancy between these drawings and the actual vessel may be the subject of a change order.

Additional existing vessel drawings may be available for reference, both for purposes of preparing a bid for the work and during the performance of the work itself. They are not to be considered accurate and complete. The Contractor’s reliance on these drawings will not constitute grounds for a change order or claim. The Contractor shall perform a thorough shipcheck prior to submission of a bid.

0.3 Regulatory Bodies, Laws, Rules, Regulations, and Standards

All work performed on the vessel shall be in compliance with the requirements of the various regulatory body rules and standards listed below, in force at the time of contract signing, insofar as they may have jurisdiction or application:

A. Alaska State Regulations B. Applicable State and Local Jurisdictional Regulations C. American Bureau of Shipping (ABS) D. American Institute of Steel Construction (AISC) E. American Iron and Steel Institute (AISI) F. American National Standards Institute (ANSI) G. American Society of Mechanical Engineers (ASME)

Inter-island Ferry Authority Vessel Refurbishment Page 0-2 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

H. American Society for Testing Materials (ASTM) I. Federal Communications Commission (FCC) J. IEEE, Standard No. 45, “Recommended Practice for Marine Installations on Shipboard” K. Illuminating Engineering Society, “Recommended Practice for Marine Lighting” L. International Convention for the Safety of Life at Sea (SOLAS with 1992, 1995, 1996 and 2000 and any succeeding amendments) M. International Electrotechnical Commission (IEC) N. International Rules of the Road O. Maritime Administration (MARAD) P. National Electric Code (NEC) Q. National Electrical Manufacturers Association (NEMA) R. Sheet Metal and Air Conditioning National Association (SMACNA) S. Steel Structures Painting Council (SSPC) T. Underwriters’ Laboratories, Inc., Applicable Standards for Electrical Equipment and Lighting (UL) including the Marine Supplement U. United States Coast Guard (USCG) V. United States Code of Federal Regulations (CFRs), Title 33 & Title 46 W. United States Department of Labor, “Safety and Health Regulations for Longshoring” X. United States Net and Gross Tonnage Admeasurement Y. United States Public Health Service (USPHS), including Publication No. 393, “Handbook on Sanitation of Vessel Construction” and USPHS/Maritime Administration’s Joint Publication No. PB 61010, “Ratproofing of Ships” (to entitle the vessel to receive both a “Deratization Exemption Certificate” and a “Certificate of Sanitary Construction”) Z. World Health Organization (WHO) “Guide to Ship Sanitation”

0.4 Materials

All materials, machinery and equipment provided by the Contractor shall be of commercial marine quality, in full compliance with the specifications and suitable for the intended use. Unless explicitly stated otherwise, all materials, machinery and equipment shall be new and unused (except for factory testing), of current manufacture and currently supported by spare parts readily available in the United States. Where required by the specifications to conform to certain standards and requirements (such as those of the Maritime Administration, USCG, ABS, SOLAS, ASTM, AISI or ANSI, etc.), such requirements shall be clearly indicated on purchase orders.

Inter-island Ferry Authority Vessel Refurbishment Page 0-3 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Except where expressly stated in these specifications that a waiver is available for a particular equipment or material item, the Contractor shall be responsible for complying with the governing “Buy America” requirements when providing equipment and materials under this contract, or for obtaining a waiver from the FHWA in any case where the “Buy America” requirements cannot be met. See Section 106, General/Special Provisions, for “Buy America” requirements and associated material certification requirements. The Contractor shall be responsible for ensuring that their subcontractors comply with these requirements.

Gaskets, packing and seals shall be renewed on all machinery, equipment, flanged piping joints and manholes opened or dismantled by the Contractor during the course of the contracted work, at no additional expense to the Owner.

Steel plates, shape bars, castings and forgings used throughout the vessel’s structure shall meet the requirements of the American Bureau of Shipping for this class of vessel. Plates intended for flanging shall be cold flanging quality. All materials used in the modifications to the vessel, including any material specified hereafter, shall be subject to the test and inspection requirements of the American Bureau of Shipping.

No progress payment on a pay item will be made until all steel certificates and USCG/ABS approval documents have been received by the Owner for the work for which payment is being requested.

Unless otherwise specified, all machinery, structure and outfit shall be designed to withstand the resultant forces of, and properly operate under, the following environmental conditions:

A. Permanent list of 15 degrees B. Permanent trim of 5 degrees (by bow/stern) C. Roll of 30 degrees (each side) with total rolling period of 12 seconds from horizontal D. Pitch of 10 degrees (bow up/bow down) with total pitching period of 8 seconds E. Ambient air temperature between minus (–) 20°F through plus (+) 85°F F. Seawater temperature between plus (+) 28°F through plus (+) 65°F

Note: Athwartships and fore/aft inclinations occur simultaneously.

All materials shall be free from imperfections of manufacture and from defects that adversely affect appearance and/or serviceability. All sharp edges or projections that constitute, in the opinion of the Owner, a personnel hazard, shall be removed at no additional expense to the Owner. Ferrous materials required to be galvanized shall be galvanized, after fabrication of assemblies, by the hot dip process with a minimum of 98% pure zinc. Electro-galvanizing will not be accepted. Damaged galvanizing at joints between fabricated assemblies shall be repaired in accordance with ASTM A780. In instances where some types of materials cannot be hot-dip galvanized, zinc silicate coating may be substituted, with prior approval of the Owner. Inter-island Ferry Authority Vessel Refurbishment Page 0-4 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Materials referred to herein or on the plans as “CRES” shall be Type 316 stainless steel of the appropriate ASTM specification for the intended service (e.g., Grade L for welded assemblies), except as may be required otherwise by the specifications.

All pressure grease fittings shall be of monel. All fittings will be made accessible either with elbow bodies or extensions and shall be suitable for use with high pressure grease guns.

All bolt heads and nuts shall be of hexagonal standard type in accordance with ANSI standards unless otherwise specified. Where required by the regulatory bodies, they are to be Heavy Series in accordance with ANSI-B18.2.1, Table 3. Lock washers and nuts shall be provided wherever assemblies or items are bolted to the vessel’s structure, except where the specifications or manufacturer requires other locking arrangements.

Nuts, bolts, fasteners and fittings intended to be used in exterior or vehicle space locations shall be Type 316 stainless steel, unless otherwise approved by the Owner.

The Contractor shall be responsible for the protection, during the work and up through redelivery of the vessel, of all material and equipment intended for use and installed aboard the vessel. Due consideration shall be given to the nature of the item during handling and storage.

The Contractor shall protect all items with finished surfaces from damage during work. Although not all-inclusive as to surfaces requiring protection, the protective methods of Table 0.4-1 shall be followed where applicable, except where alternative protective measures may be proposed by the Contractor and approved by the Owner. Protective measures for items not addressed in Table 0.4-1 shall be established by the Contractor and shall generally be consistent with the level of protection afforded to similar items included in Table 0.4-1.

The Owner may reject any material and/or equipment improperly stored or handled.

Material, equipment and surfaces damaged or otherwise marred shall be repaired/replaced by the Contractor to the satisfaction of, and without additional expense to, the Owner (see Section 0.13 for specific coating requirements).

Inter-island Ferry Authority Vessel Refurbishment Page 0-5 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Table 0.4-1 Acceptable Methods of Protecting Items with Finished Surfaces

Activity Subject Equipment/Material Minimum Required Protection Welding and Cutting Machinery/Mechanical Equipment Protective Covering; fire blanket All Deck Surfaces or other suitable non-flammable Bulkhead-Mounted Items (switch- material approved by the Owner boards, electrical panels, controllers, windows, fixtures, artwork, etc.) Movement of Workers Carpeting and Tile Protective Covering; either 8 mil and Materials Bulkhead-Mounted Items or thicker plastic with non-skid Through Space (switchboards, electrical panels, texture, hard board, scrap carpet, controllers, fixtures, artwork, etc.) or rubber matting Handrails Protective Covering; hardboard (delicate items) or cardboard Butcher paper/tape Painting All vertical and overhead finished Protective Covering; either 8 mil surfaces or thicker plastic, butcher paper/tape Decks Protective Covering; either 8 mil or thicker with non-skid texture, hard board, cardboard, scrap carpet, or rubber matting

0.5 Welding and Brazing

Welding and silver brazing shall be done by properly trained and qualified personnel. The Contractor shall use only welders and welding operators that are qualified to the satisfaction of ABS and the Owner (at no expense to the Owner) for the type of material(s) and welding process(es) being used.

The Contractor shall accomplish all welding in accordance with regulatory body (ABS and/or USCG) approved welding procedures. The procedures shall identify type and size of electrode or filler metal, current values, shielding gas and other details of welding and silver brazing processes and procedures as they relate to the work being addressed.

Structural welding will be carried out in such sequence as to:

A. Compensate for shrinkage as the work progresses. B. Prevent locked in stresses C. Hold distortion to an acceptable minimum

Structural steel may be manual or machine welded, depending on the Contractor’s standard practice.

Inter-island Ferry Authority Vessel Refurbishment Page 0-6 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Peening of weld material will not be allowed except as specifically approved by the ABS and the Owner. Steel to be welded shall be kept entirely free of paint or oil other than “weld- through” primers.

All welds shall be neatly finished, with all spatter and slag removed and ground flush where required.

New welds will be inspected as necessary to satisfy the Owner and regulatory bodies. Should the regulatory bodies or the Owner deem it necessary to increase the area of inspection because of the discovery of unsatisfactory welding, all such additional inspections will be at the Contractor’s expense.

Weld inspections shall occur prior to any painting of welds and shall be made by either visual, radiographic, ultrasonic, hydrostatic, air or magnetic tests, separately or in combination, as required by ABS or the Owner. All weld inspection equipment, inspection equipment operators and materials shall be furnished by the Contractor, at no expense to the Owner. No weld inspection shall take place without 24 hour notification of same.

Any internal/external defects or other welding deficiencies found to be unsatisfactory to the ABS or the Owner, will be corrected by the Contractor and re-inspected/tested (the test method to be determined by either ABS and/or the Owner), at the Contractor’s expense.

Continuous welding for sealing purposes shall be performed on both sides of all new structure and attachments exposed to the weather.

0.6 Access and Maintenance Requirements

The machinery and equipment installed by the Contractor shall be located and supported so as to permit access to all parts for operation, inspection, maintenance and repair without disturbance of other new and existing structure and equipment. Typically, access shall be by means of permanent ladders, doors, manholes, scuttles and/or bolted plates. New battens, gratings and protective casings around pipes shall be made readily removable. All access closures shall be provided with proper gaskets, cover plates, fasteners, hinges, hasps and locks, as appropriate.

Restriction of access openings by pipes and valves or other items will not be acceptable. All trunks, casings and enclosures shall be large enough to facilitate servicing of piping manifolds and similar appurtenances.

No construction shall preclude access for examination and/or maintenance of any space/ compartment.

Special care shall be exercised in the location of access holes to double bottoms, machinery or equipment foundations and other places difficult to reach.

Permanent fittings shall not be installed in a manner to restrict routes for removal of machinery and equipment.

Inter-island Ferry Authority Vessel Refurbishment Page 0-7 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Controls and valves shall not be located in areas rendered inaccessible by the positioning of other fittings.

Fittings, piping, machinery/equipment components and/or structure shall not be installed in such a manner as to hinder the free passage of, or cause injury to, an upright individual walking along normal ship’s routes.

0.7 Vertical/Horizontal Clearance

Unless otherwise specified, the minimum headroom in new or modified spaces shall be 6 feet 9 inches. The Owner may approve deviations from this requirement on a case-by- case basis where this minimum headroom requirement is demonstrably impractical.

The Contractor is cautioned to ensure that the existing vehicle space overhead clearance and side clearance is maintained. The standard vehicle deck height allows a 14 foot vehicle to pass over the existing tie-downs without hitting the overhead structure (i.e., the bottom of the existing overhead beams). Special care and attention shall be paid to the dimensioning of ventilation ducting, wireways and pipe runs, and the placement of new or replaced ventilation fans, new or replaced wireways, and new or replaced piping systems in order to avoid reducing the clearance. In general, all new equipment and materials shall not protrude beyond the web frames. Exceptions to the clearance requirement will be considered only on a case-by-case basis and must be approved in writing by the Owner. General and blanket approval to deviations from the clearance requirements will not be granted.

In locations where existing structure does not satisfy this requirement and the specifications do not require modifications, the Contractor shall not undertake to rectify headroom deficiencies.

New equipment installations and modifications required to be performed shall not reduce the clear width of any walkway, corridor or ladderway unless otherwise specified.

0.8 Removals, Relocations, Alterations, and Interference Resolution

It is the Contractor’s responsibility to effect all removals, relocations and alterations as required by the drawings/plans, specifications and Contractor-provided working drawings (Owner/regulatory body approved), diagrams and sketches. Where structure or equipment interferences require deviation from the drawings/plans, specifications, working drawings, diagrams and/or sketches, such deviation shall only be made with the approval of the Owner. Any such deviations will be at the Contractor’s expense.

The Contractor is strongly encouraged to shipcheck thoroughly for interferences during the preparation of his bid. The ceilings and linings conceal large quantities of electrical cabling and fixtures, ventilation ductwork, piping, valves, insulation and other interferences that will need to be removed and reinstalled to accomplish the specified work.

All interferences in way of the contracted work shall be removed by the Contractor. Such removals are considered incidental to other items of work and no separate payment will be

Inter-island Ferry Authority Vessel Refurbishment Page 0-8 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

made. Interferences may include, but are not limited to, bulkheads, ceilings, overhead panels, primary structure, other machinery/equipment, piping, valves, ventilation ductwork, insulation, deck coverings, electrical cabling/support structure, lighting, receptacles and fittings.

The Contractor shall provide alternative service for systems which are rendered “out of service” through removal of mechanical, electrical and/or piping interferences.

All items removed as “interferences” shall be retained for reinstallation with the exception of those items not required for the vessel as modified, in which case the Contractor shall obtain, in writing, the Owner’s approval to discard same.

Items discarded are the sole responsibility of the Contractor.

It is the Contractor’s responsibility to properly handle and store those items retained for reinstallation. Any loss, damage or deterioration resulting from improper handling and/or storage is the responsibility of the Contractor and shall be corrected to the satisfaction of the Owner.

Upon completion of adjacent work elements, all previously removed interferences shall be reinstalled, tested and demonstrated to prove that the material condition and operability of reinstalled items and systems are at least equal to their condition and operability prior to removal.

Alterations made to strength members shall maintain the structural integrity of the original installation and are to be accomplished to the satisfaction of ABS, USCG and the Owner.

Where items are cut away from vessel structure, the remaining material in way of the structure shall be ground smooth with the structure, with coating systems applied, to match adjacent structure.

All structural penetrations associated with removed features shall be removed and affected structure re-inserted with new material. The affected structure shall be ground smooth, with coating systems applied, to match adjacent structure.

Where structural insulation, thermal insulation or other surfaces are removed for hotwork or disturbed for other cause, the affected surface shall be repaired to new condition with new material.

0.9 Vibration and Noise

The Contractor is cautioned to pay particular attention to the design, construction, material and equipment of the new or modified portions of refurbished areas to minimize vibration and noise, both airborne and structural.

Inter-island Ferry Authority Vessel Refurbishment Page 0-9 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

It is the Contractor’s responsibility to locate and correct unsatisfactory vibration and/or noise arising during tests/trials or subsequently during the warranty period, and which can be attributed to the design or construction of the contracted work.

0.10 Right of Access (See also GP 105-1.22)

Owner contract personnel, regulatory agency inspectors/surveyors, Owner-contracted vendors/subcontractors/suppliers and other State officials, as well as the vessel’s crew, shall be granted unrestricted access to and right to work on the vessel throughout the duration of the work. As a condition of gaining access to the vessel, contractors performing work on the vessel under the terms of this subsection will be required to have their own insurance to cover liability associated with their work. These contractors will also be required to indemnify the shipyard of liability associated with their work.

Each contractor/vendor/subcontractor/supplier shall assume all liability, financial or otherwise, in connection with his contract and shall protect and save harmless the State from any and all damages that may arise because of inconvenience, delay or loss experienced by him because of the presence and operations of other contractors.

The vessel’s crew may be actively engaged in extensive annual maintenance throughout the duration of the work. Every effort will be made to minimize interference with the Contractor’s work.

0.11 General Structural Requirements

The following general requirements shall be applicable to all the structural modifications described in these specifications.

0.11.1 General

All new materials, including plates, shapes, welding electrodes, etc., used in ship’s structure, where applicable shall meet the requirements of ABS for Grade A mild steel and the Buy America provisions of the contract. Metallurgical test reports, ABS charge sheets and manufacturer’s certificates of compliance shall be obtained at the Contractor’s expense and provided to the Owner.

Materials, workmanship and welding procedures shall comply with the requirements of this section and TS Section 0.4 and 0.5.

All completed structure areas of work shall be thoroughly cleaned, primed and finish-coated in accordance with the requirements of this section and Section 0.13.

Care shall be taken to obtain good alignment of structural members, particularly where such members oppose each other on opposite sides of bulkheads or decks. In such cases, misalignment exceeding half the thickness of the thicker member shall be considered cause for rejection. Where discontinuities of structure are unavoidable, suitable brackets or other reinforcement shall be installed.

Inter-island Ferry Authority Vessel Refurbishment Page 0-10 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Workmanship shall result in fair lines and smooth surfaces. See GP 105-1.20 for additional workmanship requirements.

Sharp and ragged edges or corners of structure which are unsightly or which could cause injury to personnel shall be removed, ground smooth or sniped. In any spaces or areas that could trap liquids, adequate limbers shall be provided to ensure effective drainage.

Proper drainage of all new structural members shall be provided.

All burning of notches and holes in the structure shall be carefully laid out and shall be regular in outline with jagged edges removed and with rounded corners. Semicircular “rat holes” shall be provided in framing members in way of passing welded seams or butts in the attached plating.

All outside corners of steel bulkheads shall be radiused a minimum of 3 inches unless otherwise stated.

Where it is necessary to provide holes for passage of wiring, piping or ductwork through structural members, compensation shall be provided where appropriate. In general, if such holes remove more than 30 percent of the depth of the web of a member and/or if they are unfavorably located, reinforcement will be required. Where reinforcement is required in way of penetrations of decks, shell, bulkheads or framing members, the use of doublers shall be avoided in favor of insert plates or reinforcing rings. Wherever insert plates are used, rounded corners with a radius of not less than 3 inches shall be provided. Cuts in strength decks or the shell shall be radiused at the corners with a radius of 1/8 the transverse dimensions of the opening. Trunks and coamings in general should be worked with corners rounded to a 3 inch radius minimum. In longitudinal structural bulkheads and in deckhouse sides the radii shall be 1/8 the vertical dimensions but need not exceed 6 inches. In main transverse structural bulkheads the radii shall be equal to 1/20 of the vertical dimensions of the cut but radii need not exceed 6 inches and shall not be less than 1 inch.

Openings in structural members shall be cut as near to the neutral axis as possible, reinforced as necessary to maintain the structural strength of the member, and well- rounded so as to reduce stress concentration.

All new and disturbed penetrations of fire boundaries shall be collared and insulated on both sides of the fire boundary and at all penetration intersections and as otherwise necessary to meet their particular classification and regulatory body requirements.

Direct attachments of fittings to oil-tight structure shall be by welding only.

In the fabrication and erection of hull structure, discontinuities, undercutting, notches or other mechanical damage, which might initiate or propagate cracks in the structure shall be eliminated or repaired.

Inter-island Ferry Authority Vessel Refurbishment Page 0-11 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

New and reinstalled existing structure shall fit tightly without excessive buckles, kinks or other surface irregularities. Dimensional tolerance, fit, alignment and finish of new structure shall be in accordance with approved working drawings.

Reinstalled structure shall satisfy the tightness criterion of the original structure. New structure shall satisfy the tightness criterion appropriate to its intended use.

The Contractor shall take every precaution to keep distortion and welding stresses to a minimum. Excessive unfairness in plating may be corrected by local spot-heating and quenching, provided such methods are approved by the regulatory bodies. Deviation and distortion of structural material shall be within the tolerances prescribed in ASTM Standard F1053.

Shims, liners, “dutchmen” or “sleepers” shall not be used for the purpose of correcting improper fit.

Where foundations and other structural members are prefabricated in a shop or assembly area, they shall be well supported and stiffened as necessary to avoid buckled surfaces or other objectionable irregularities and to maintain the required limits of fairness delineated in the ASTM standard. Fitting prefabricated structures to the vessel shall employ a proven and documented welding sequence to avoid warping and stress concentrations.

Clips, lugs and temporary handling fittings and padeyes used for erection purposes shall be removed as work progresses in such a fashion so as not to damage plating or other structural members. All pitting, gouging or other damage resulting from improper removal shall be repaired by welding and grinding.

The Contractor shall prepare a drawing (or drawings), including calculations, of temporary shoring, stiffening or intended means of load distribution as the calculations show are required to adequately support the vessel’s structure in the vicinity of temporary access openings.

In way of major structural modifications and all new foundations, the Contractor shall use insert plates where the thickness of the deck or bulkhead needs to be increased. Doubler plates will not be allowed in these locations.

0.11.1 Foundations

The Contractor shall design and provide foundations for all new and relocated machinery and equipment. Appropriate support structure (brackets, etc.) shall be provided for all new equipment, such as electrical panels and instrumentation, regardless of weight. New or modified foundations and support structure shall be provided for relocated machinery and equipment.

The Contractor shall provide containment coamings around all equipment where oil leakage may occur.

All foundations shall meet the following criteria:

Inter-island Ferry Authority Vessel Refurbishment Page 0-12 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

A. Foundation design shall provide adequate strength to support and maintain alignment of the mounted equipment in its operational mode. Loadings to be considered in design of foundations shall include: 1. Dry weight of equipment 2. Weight of fluids 3. Dynamic loadings induced by equipment in operation 4. Weights of supported ancillary components and/or systems (e.g. wiring, piping, control equipment, safety shields) 5. Ship motions

B. Foundations shall be adequately supported by and braced to the vessel’s structural members so that equipment loadings are properly distributed. Additional structural support members, headers and chocks shall be provided as required. Foundations shall not be attached directly to unsupported plate.

C. Design of foundations shall provide for alignment and such other special criteria as may be specified by the equipment manufacturer or regulatory bodies.

D. Design of foundations shall permit equipment access as required, and access for maintenance of foundations and adjacent hull structure. Pockets and inac- cessible places where corrosion cannot be controlled or where dirt and debris can accumulate shall be avoided.

E. Foundations shall incorporate suitable supports so as to prevent excessive or unusual vibration under the normal range of vessel operating conditions.

0.12 Structural Fire Protection

Structural fire protection insulation shall be installed in accordance with USCG NVIC 10- 99 when compliance with SOLAS II/2 is required and in accordance with USCG NVIC 9-97 in all other situations. All structural fire protection material shall be currently certified by the USCG for the use intended, shall be 100 percent free of asbestos-containing material and shall be 5.5 lb/ft3 density mineral wool. Documented proof of the certification shall be provided. All insulation and facing materials shall be incombustible. Installation shall comply with U.S. Public Health Service ratproofing requirements. Structural fire insulation materials shall satisfy 46 CFR 164.107.

Unfaced mineral wool insulation may be used in locations which will be covered by decorative bulkhead/ceiling systems. Unfaced insulation shall be impaled on steel welding studs or pins using either speed clips or mushroom caps as shown in photos 12-1 and 12-2.

Inter-island Ferry Authority Vessel Refurbishment Page 0-13 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Photo 0.12-1 Photo 0.12-2 Standard Pin and Speed Clip Navy style Pin and Stainless Steel Mushroom Cap

Mineral wool insulation faced with fiberglass cloth or mylar attached to the insulation using a USCG approved adhesive shall be used in all areas where the insulation will be exposed. All seams shall be sealed with fiberglass cloth strips or with minimum 2 inch wide fibrous glass tape as recommended by the manufacturer. All cut and exposed edges shall be taped and sealed and a suitable sealer applied. Faced insulation shall be impaled on steel welding studs using stainless steel mushroom caps as shown in photo 12-2. The sealed insulation shall be coated with two coats of paint.

The steel welding studs or pins on which the insulation will be impaled shall be spaced not over 16 inches on bulkheads and 9 inches on overheads and be a maximum of 4 inches from the edges of the insulation. This will provide at least 8 pins in a 2' x 4' piece of insulation on bulkheads and at least 15 pins in a 2' x 4' piece of insulation on overheads. Insulation shall be secured with mushroom caps or speed clips, which are to be brought even with the insulation surfaces without depressing or cutting the insulation.

At intersections defining the boundary of a higher rated ‘A’ class boundary surface with a lower rated boundary, the insulation shall be extended or wrapped at least 450 mm (~18 inches), in accordance with NVIC 10-99 for SOLAS installations or at least 300 mm (~12 inches, in accordance with NVIC 9-97 for non-SOLAS installations, from the higher rated ‘A’ class boundary along the lower rated boundary. This extended or wrapped insulation is known as the insulation return.

Penetrations for piping and electrical cabling shall be insulated 12 inches beyond the fire boundary in accordance with regulatory requirements for both SOLAS and non-SOLAS installations. Ventilation ducting shall be insulated from the rated boundary to a point 12 inches beyond the fire damper in the system. Penetrations through insulation return areas shall be insulated as required to maintain a 12 inch heat path to the higher rated ‘A’ class boundary in accordance with regulatory requirements. Insulation installed in ‘wet’ areas such as the vehicle deck may have a gap at the deck not exceeding 4 inches. This will prevent the insulation from becoming water soaked and failing. Inter-island Ferry Authority Vessel Refurbishment Page 0-14 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

For SOLAS installations, all structural members supporting the ‘A’ class boundary shall be insulated 450 mm (~18 inches) from the boundary in accordance with NVIC 10-99. The insulation on these structural members shall be of the same thickness as that used on the boundary.

For non-SOLAS installations, all structural members supporting the ‘A’ class boundary shall be insulated 12 inches from the boundary in accordance with NVIC 9-97. The insulation on the structural members that are fully encased (such as small stiffeners) shall be at least one half the thickness of the insulation used on the boundary. The insulation on structural members that are not fully encased (such as deep web frames extending more than 12 inches from the rated boundary) shall be the same thickness as the rated boundary and be applied on both sides of the structural member.

Insulation shall be installed behind all machinery and equipment mounted on surfaces to be insulated. Where machinery and equipment are mounted directly to surfaces being insulated, mounting brackets and foundations shall be extended such that the equipment is not “embedded” in the insulation. Insulation shall not be packed in or compressed during installation. The metal to which insulating material is to be applied shall be cleaned by suitable means of all dirt, dust, oil, grease, rust and other foreign matter. Areas of rust shall be hand prepared and primed. All surfaces to be covered shall be presented to the Owner for inspection, to verify that surface preparation is complete and acceptable prior to the application of insulation.

In way of bolted access plates, tonnage openings and other openings, insulation shall be installed in such a manner as to permit the use of the opening or access without the necessity of totally removing or seriously damaging the insulation and sheathing. The outline of the bolted access plate shall be stenciled on the sheathing or insulation in a visible contrasting color.

0.13 Surface Preparation and Painting

The intent of this section is to define the coating systems to be used and the surface preparation required for all tasks involving painting.

0.13.1 General

Paint Procurement

The Stikine uses International Paints.

The paints employed in a given coating system shall be from the same manufacturer and shall match the existing paints and systems used by the Owner in terms of equivalent protection, identical color matching, and compatible chemistry/adhesion properties. The intent of these requirements is to avoid future maintenance discontinuities within the fleet.

Inter-island Ferry Authority Vessel Refurbishment Page 0-15 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Compliance with Regulatory Requirements and Manufacturer Recommendations

In accomplishing the work required, the Contractor shall at all times comply with all local, state and federal laws, rules and regulations concerning the protection of the environment.

All coating and covering systems shall be applied in accordance with manufacturer’s recommendations and under the guidance and supervision of the manufacturer’s field service representative.

Solvents used for thinning and clean-up shall be in strict accordance with the coating manufacturer’s recommendations.

Owner Inspections

All sandblasted areas and other surface preparation shall be inspected and must be approved by the Owner prior to application of any coating.

Required thickness of coatings shall be confirmed through spot checks in the presence of the Owner inspector after each coat is applied.

Environmentals shall be taken and noted in accordance with TS Section 1D.12.

Prerequisites to Coating Application

Welds and piping system joints or connections requiring pressure or water-testing or visual inspection shall not be coated until after all tests and inspections are complete and the weld, piping joint or connection has been accepted by the Owner.

Prior to the application of coatings, all surfaces shall be dry and free of foreign matter such as dirt, dust, crayon marks, grease, millscale, residual abrasive, rust, salt deposits and weld spatter.

Scuppers and drains shall be sealed or extended as required to prevent moisture or water contamination on coated surfaces during the drying period.

To ensure a continuous coating of the vessel underbody, the sea chest grates and bow thruster grates will need to be removed prior to surface prep and painting of the underbody portions. The grates shall prepped and painted with the underbody paint system and re- installed with new fasteners, equivalent to the existing size and grade and protective coating.

Under no circumstances shall a freshly blasted steel surface be left more than six (6) hours without primer. Should freshly blasted steel be left unprimed, the Contractor shall re-blast to the originally required quality, removing all traces of rust bloom.

Where any coating has been damaged by welding, burning or other causes, as a result of the contracted work, the damaged area shall be disk sanded, solvent wiped and a full coating

Inter-island Ferry Authority Vessel Refurbishment Page 0-16 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

system built up. Overlaps between existing and new coating systems shall be feathered to provide a smooth finish at the transition.

Before application of any follow-on coat, all bare or lightly covered spots in the previous coat shall be cleaned and built up to the required thickness. Surfaces shall be kept dry during the coating process and during the drying period.

Requirements During Coating Application and Curing

Film thickness shall be as specified in Section 0.13.3 for standard coating systems. Where film thickness per coat and number of coats are both specified, both requirements must be met.

All surfaces shall be kept dry, clean and free of rust and foreign matter at the time of appli- cation of any coating and throughout the curing period.

Coatings shall be applied under environmental conditions conforming to the manufacturer’s recommendations as listed on the manufacturer’s published data sheets for the coatings being applied. Coatings shall not be applied at ambient or surface temperatures less than the minimum application temperature recommended by the manufacturer for the particular coating involved. No coating shall be applied when the dew point temperature is equal to or greater than the surface temperature of the surface to be coated.

Should the Contractor choose to paint hull structures or attachments which may be affected by condensation caused by the vessel’s being waterborne or for any other reason, extraordinary care shall be exercised to ensure that surfaces to be painted are thoroughly dry and remain dry throughout the coating and curing periods. Spaces shall be heated and dehumidified to levels in accordance with the paint manufacturer's preparation and application guidelines to obtain and maintain proper application and curing temperatures and prevent the onset of condensation.

Protection of Items and Surfaces During Surface Preparation and Painting

Special care shall be taken to avoid contamination of adjoining spaces, machinery, equipment and finished surfaces during sandblasting, painting and other activities associated with surface preparation and painting.

Prior to any blasting or painting on the vessel, all exposed ventilation system supply and exhaust terminals shall be sealed, or temporary filters installed, to prevent the ingestion of blasting dust, paint or any other contaminants.

Equipment, nameplates, labels, valve stems, fire hoses and nozzles, bright work, glass, trim and other items, devices, materials and surfaces that could be damaged by abrasive blasting, dust from the process, or other surface preparation techniques, or which could have their function and appearance degraded by paint overspray, shall be carefully masked and protected. Open ends of piping, vent pipe openings, habitability ventilation openings, and other such features shall be similarly covered and protected from entry of sandblast grit and paint residue.

Inter-island Ferry Authority Vessel Refurbishment Page 0-17 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Correction of Damage Resulting From Paint Overspray and Grit Blasting

Any paint overspray applied to any of the aforementioned items and surfaces shall be immediately and carefully removed.

Machinery, equipment and surfaces damaged, marred or contaminated shall be promptly repaired, replaced or cleaned to pre-existing condition at the Contractor's expense.

Removal of Blast Grit

Affected spaces and interior and exterior surfaces shall be thoroughly cleaned of grit and residue immediately after grit blasting.

Items and materials that would be damaged by surface preparation techniques shall be carefully protected. Special care shall be taken to avoid contamination of adjoining spaces, machinery and equipment. Any equipment damaged or contaminated shall be promptly repaired, replaced or cleaned to pre-existing condition at the Contractor’s expense.

0.13.1 Surface Preparation and Painting

General

Surface preparation shall be defined by the Steel Structures Painting Council (SSPC). Visual Standard SSPC-VIS-1-89 is invoked and will be used to judge the adequacy of surface preparations.

Prior to preparing, all sharp edges, weld splatter, temporary fittings, etc., shall be removed so that no projections exist which would penetrate the coating film. Power tools used in preparation work shall be operated in such a manner that no burrs or sharp ridges are left on the surface and no sharp cuts are made in the steel.

Surface preparation for new work may be accomplished before or after fabrication at the discretion of the Contractor. Although not required by this specification, an initial coat of pre-construction, burn-through primer may be used to hold the surface during fabrication. If used, this coating shall not count towards the system build-up required and shall be compatible with the specified coating system.

Preparation of Primed Surfaces For First Coat of Coating System

Pre-construction primed surfaces shall be prepared as follows prior to application of the first coat of each coating system:

Exterior 1. High pressure (3000 psi) fresh water wash to remove any zinc salts and surface contaminants. 2. If zinc salts remain, brush-off-blast to SSPC-SP-7. 3. For all areas of rust, spot-blast to SSPC-SP-6.

Inter-island Ferry Authority Vessel Refurbishment Page 0-18 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

4. Degrease to remove all oils, grease, zinc salts. 5. Spot-power-clean to SSPC-SP-15 all areas of polished steel, welds, soot, burn contamination, slag and splatter. Interior (Other than Interior of Seawater Ballast, Potable Water and Sewage Tanks) 1. Degrease to remove all oils, grease, zinc salts and surface contaminants. 2. Spot power-clean to SSPC-SP-15 all areas of polished steel, weld, soot, or burn contamination, slag and splatter.

Interior of Seawater Ballast, Potable Water and Sewage Tanks 1. Degrease to remove all oils, and grease. 2. High pressure (3000 psi) fresh water wash to remove any zinc salts and surface contaminants. 3. If any white zinc salts remain after pressure wash, brush-off-blast to SSPC-SP-7. 4. Spot power-clean to SSPC-SP-15 all areas of rust, polished steel, welds, soot, and burn contamination, slag and splatter.

Blasted areas may be re-primed prior to application of the first coat, if endorsed by the paint manufacturer’s field representative.

Application of First Coat and Subsequent Coats of Coating System

To prevent rust bloom, the first coat shall be applied immediately after completion and approval of required surface preparations. If re-priming was first performed, surfaces shall be recleaned to remove contaminants before applying the first coat.

Required subsequent coats shall be applied in accordance with these specifications and the approved Paint and Coverings Schedule. Surfaces to be coated shall be appropriately cleaned prior to each coat in accordance with the recommendations of the paint manufacturer’s representative.

Before application of any follow-on coat, all bare or lightly covered spots in the previous coat shall be cleaned and built up to the required thickness. All millage shall be in accordance with the Paint and Coverings Schedule and TS Section 0.13.3. Each coat shall be approved by the Resident Engineer ensuring proper millage.

Galvanized Surfaces

Galvanized surfaces required to be painted shall be thoroughly cleaned with solvent and then etched and flushed, or lightly sand swept, as recommended by the coating manufacturer prior to coating application.

Inter-island Ferry Authority Vessel Refurbishment Page 0-19 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Faying Surfaces

Faying surfaces of steel-to-steel, except when closed by continuous welding, shall receive two coats of primer on each faying surface prior to connection.

All damaged or failed areas in way of faying surfaces shall be grit blasted to near white quality, and surface shall be free of all zinc salts and contaminants prior to application of the specified first primer coat.

Faying surfaces of dissimilar metals, where possibly occurring, shall be protected from corrosion by application of an appropriate coating on each surface. In the case of steel-to- aluminum faying surfaces, two coats of primer shall be applied on the steel faying surface and one coat of epoxy applied to the aluminum surface.

Repair of Damage Coatings and Bare or Lightly Covered Areas

Where any coating has been damaged by welding, burning or other cause, the damaged area shall be repaired by abrasive blasting or power sanding the surface, cleaning the surface in accordance with the manufacturer’s recommendations, and applying a full coating system in way of the damage. Care shall be exercised to ensure that edges are feathered and that no sanding swirls or other marks will remain after the final coat is applied. Colors of final coats shall closely match those of adjacent pre-existing coatings and shall be approved by the Owner.

Inter-island Ferry Authority Vessel Refurbishment Page 0-20 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

0.13.1 Paint Information

Exterior A. Keel to Waterline, Including Hull, Rudder, Sea Chests, and Bow Thruster Tunnel: Apply 1 full coat Intershield 300 (Bronze Anti-corrosive) @ 6.0 MDFT Apply 1 full coat Intershield 300 (Aluminum Anti-corrosive ) @ 6.0 MDFT Apply 1 full coat Interspeed 640 Black AF @ 5.0 MDFT Apply 1 full coat Interspeed 640 Red AF @ 5.0 MDFT

B. Boot Topping: Apply 1 full coat Intershield ENA 300V (Bronze) @ 6.0 MDFT Apply 1 full coat Intershield ENA 301V (Aluminum) @ 6.0 MDFT Apply 1 full coat Interthane 990 Series Black @ 2.0 MDFT Apply 1 full coat Interthane 990 Series Black @ 2.0 MDFT C. Above Top of Boot Topping, Except Decks and as Noted Below, Including but not Limited to Bulwarks, Superstructure, and Exterior Machinery: Apply 1 full coat Intershield ENA 300V (Bronze) @ 6.0 MDFT Apply 1 stripe coat Intershield ENA 301V (Aluminum), where required. Apply 1 full coat Intershield ENA 301V (Aluminum) @ 6.0 MDFT Apply 1 full coat Interthane 990 Series @ 2.0 MDFT Apply 1 stripe coat Interthane 990 Series @ 2.0 MDFT, where required. (Normally do not use a stripe coat for finish.) Apply 1 full coat Interthane 990 Series @ 2.0 MDFT, where required * * Final coat colors shall be as follows: Hull: Q879 Yew Green Superstructure: E109 Ivory Off White Hull Markings: E109 Ivory Off White D. Railings, Galvanized and Aluminum Surfaces: Apply 1 full coat VTA Series etch primer @ 1.0 MDFT Apply 1 full coat Intertuf KHA Series (Color Off White) @ 5.0 MDFT Apply 1 full coat Interthane 990 Series Gloss @ 2.0 MDFT Apply 1 full coat Interthane 990-PHB000 (White) Gloss @ 2.0 MDFT, where required

E. Weather Decks: Apply 1 full coat Interzinc 52 @ 3 MDFT Apply 1 full coat Intershield ENA 300V Series (Bronze) @ 6.0 MDFT Apply 1 full coat Intershield ENA 301V Series (Aluminum) @ 6.0 MDFT Broadcast Interzone non-skid 7754D over ENA while wet Apply aggregate over second coat of 300 Apply 1 full coat Interthane 990-K724 (Storm Grey) Gloss @ 2.0 MDFT

Inter-island Ferry Authority Vessel Refurbishment Page 0-21 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

F. Parking Area (Car Deck): Apply 1 full coat Interzinc 52 @ 3.0 MDFT

Walkways and Lines Only Apply 1 full coat Intershield ENA 300V Series (Bronze) @ 6.0 MDFT Apply 1 full coat Intershield ENA 301V Series (Aluminum) @ 6.0 MDFT Broadcast Interzone non-skid 7754D over ENA while wet. Remove excess Apply 1 full coat Interthane 990-B134 (Safety Yellow) Gloss @ 2.0 MDFT Apply 1 full coat Interthane 990-B134 (Safety Yellow) Gloss @ 2.0 MDFT, where required.

G. Top of Stacks and Any Other Exposed High Temperature Areas: Apply 2 full coats HTA097 High-Heat Aluminum Coating @ 2.0 MDFT each

H. Anchor and Anchor Chain: Apply 1 full coat Intershield ENA 300V (Bronze) @ 6.0 MDFT Apply 1 full coat Intershield ENA 301V (Aluminum) @ 6.0 MDFT Apply 1 full coat Interthane 990 on links as follows: 1. The detachable link between shots, excluding the connecting link to the anchor, shall be painted as follows:

a. 15 fathom, first-second shot detachable link, red. b. 30 fathom, second-third shot detachable link, white. c. 45 fathom, third-fourth shot detachable link, blue. d. 60 fathom, fourth-fifth shot detachable link, red. e. 75 fathom, fifth-sixth shot detachable link, white. 2. Additionally, the first link on each side of the 15-fathom detachable link shall be painted white. The first link at each side of the detachable link shall also be marked by one turn of wire around the stud. The first two links on each side of the 30-fathom detachable link shall be painted white. The second link at each side of the 30-fathom detachable link shall also be marked by two turns of wire around the stud. This pattern of marking detachable links shall be continued for the 45-, 60-, and 75-fathom connections.

3. All of the links in the next-to-last inboard shot shall be painted yellow.

4. All of the links in the last inboard shot shall be painted red.

Inter-island Ferry Authority Vessel Refurbishment Page 0-22 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Interior

A. Rudder (interior) and Inaccessible Voids: Float coat with Owner-Approved and regulatory body accepted coating.

➢ Kennicott (only): Rudder (interior), Sponsons, and Inaccessible Voids: Provide a float coat rust preventative application with Owner-approved and regulatory body accepted coating system. The Eureka Chemical Company’s Fluid Film, Liquid A, product is acceptable. The Contractor may provide an alternative product for approval by the Resident Engineer.

B. Bulkheads (Side Shell Where Applicable in Hull Locations) and Overheads of Machinery and Work Spaces, Except Wheelhouse, Above Grating or Floor Plate Level Where Applicable and Not Covered by Insulation or Linings: Apply 1 full coat Intershield ENA 300V (Bronze) @ 6.0 MDFT Apply 1 stripe coat Intershield ENA 301V (Aluminum), @ 3.0 MDFT Apply 1 full coat Intershield ENA 301V (Aluminum) @ 6.0 MDFT Apply 1 full coat Interthane 990-PHB000 (White) @ 2.0 MDFT

C. Bilges (Below Lowest Grating or Floor Plate Level): Apply 1 full coat Intershield ENA 300V (Bronze) @ 5.0 MDFT Apply 1 stripe coat Intershield ENA 301V (Aluminum), @ 3.0 MDFT Apply 1 full coat Intershield ENA 301V (Aluminum) @ 5.0 MDFT D. Exposed Bulkheads and Overheads of Passenger Spaces and Wheelhouse: Apply 1 full coat Intershield ENA 300V (Bronze) @ 6.0 MDFT Apply 1 full coat Intershield ENA 301V (Aluminum) @ 6.0 MDFT Apply 1 full coat Interthane 990 Series @ 2.0 MDFT (to match existing or as specified)

E. Behind Insulation on Bulkheads and Overheads Apply 1 stripe coat Intershield ENA 300V (Bronze) @ 3.0 MDFT Apply 1 full coat Intershield ENA 300V (Bronze) @ 6.0 MDFT

F. Exposed Insulation (Except Acoustic): Apply 1 full coat Interthane 990-PHB000 (White) @ 2.0 MDFT

Apply 1 full coat Interthane 990-PHB000 (White) @ 2.0 MDFT

Inter-island Ferry Authority Vessel Refurbishment Page 0-23 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

G.Interior Galvanized and Aluminum Surfaces (Exposed Side): Apply 1 full coat Interprime VTA Series etch primer @ 1.0 MDFT Apply 1 full coat 262 Intertuf KHA Series @ 5.0 MDFT Apply 1 full coat Interthane 990 Finish @ 2 MDFT

H. Interior Stainless Steel Surfaces (Exposed Side): No coating applied.

I. Exposed Decks (Not Covered with Deck Covering): Apply 1 full coat Intershield ENA 300V Series (Bronze) @ 6.0 MDFT Apply 1 full coat Intershield ENA 301V (Aluminum) @ 6.0 MDFT* Apply 1 full coat Interthane 990-K724 (Storm Grey) Gloss @ 2.0 MDFT * Apply with #36 garnet grit over for non-skid

J. Decks Covered with Deck Covering: Apply 1 full coat Intershield ENA 300V Series (Bronze) @ 6.0 MDFT

K. Uptakes: Apply 1 full coat Intershield ENA 300V Series (Bronze) @ 6.0 MDFT Apply 1 stripe coat Intershield ENA 301V (Aluminum) @ 3.0 MDFT Apply 1 full coat Intershield ENA 301V (Aluminum) @ 6.0 MDFT Apply 1 full coat Interthane 990-PHB000 (White) @ 2.0 MDFT

L. Voids and Chain Locker: Apply 1 full coat Intershield ENA 300V Series (Bronze) @ 6.0 MDFT Apply 1 stripe coat Intershield ENA 301V (Aluminum) @ 3.0 MDFT Apply 1 full coat Intershield ENA 301V (Aluminum) @ 6.0 MDFT

M. Ballast Tanks: Apply 1 full coat Intershield ENA 300V Series (Bronze) @ 6.0 MDFT Apply 1 stripe coat Intershield ENA 301V (Aluminum) @ 3.0 MDFT Apply 1 stripe coat Intershield ENA 300V (Bronze) @ 3.0 MDFT Apply 1 full coat Intershield ENA 301V (Aluminum) @ 6.0 MDFT

N. Interior of Lubricating Oil and Fuel Oil Tanks: The interior of these tanks shall not be painted, but rather shall be sprayed with oil after surface preparation.

Inter-island Ferry Authority Vessel Refurbishment Page 0-24 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

O. Potable Water Tank: Apply 1 full coat of Interseal 670HS (White) @ 5.0 MDFT Apply 1 full coat of Interseal 670HS (White) @ 5.0 MDFT *

*The potable water tank shall be continually mechanically ventilated and dehumidified for at least seven (7) days immediately following coating application.

P. Sewage Holding Tank: Apply 1 full coat Interline 624 Series (Bronze) @ 6.0 MDFT Apply 1 full coat Interline 624 (Aluminum) @ 10.0 MDFT

0.13.1 Ceiling and Joiner Panels Repairs

Where ceiling and joiner panels are disturbed, the surfaces shall be locally repainted or restored to match the original surface and existing finish.

0.13.1 Machinery, Equipment, Piping and Cables

Machinery and Equipment

All items of new machinery and equipment shall be given 1 prime coat and 2 finish coats, except items furnished with a prime coat shall receive the 2 finish coats, and items furnished with prime and finish coats shall receive 1 finish coat.

Cables

Electrical cables shall not be painted.

Piping

Interior copper-nickel (except exposed firemain piping) and copper piping and tubing need not be painted, except that all valves and/or valve handles shall be painted in accordance with the color coding listed below for the system use.

Firemain piping shall be red in all exposed areas.

New and disturbed black or galvanized steel piping that is covered by decorative bulkhead/ceiling systems or insulation shall be given 2 primer coats (International CPA series) on exterior surfaces after being tested and cleaned free of all scale, oil and grease. Valves and/or valve handles in these piping systems shall be painted in accordance with the color coding listed below for the system use.

New and disturbed black or galvanized steel piping which is exposed (outside the engineering spaces) shall be given 2 primer coats (International CPA series) on exterior surfaces after being tested and cleaned of all scale, oil and grease, and followed by 1 finish coat (International CL series) to match surrounding area. Valves and/or valve handles in

Inter-island Ferry Authority Vessel Refurbishment Page 0-25 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

these piping systems shall be painted in accordance with the color coding listed below for the system use.

New and disturbed black or galvanized steel piping within the engineering spaces shall be given 2 primer coats (International CPA series) on exterior surfaces after being tested and cleaned of all scale, oil and grease. Piping below the lowest deck plate level shall be top coated with 1 finish coat (International CL series) to match the surrounding area. Piping above the lowest deck plate level shall be top coated with 1 finish coat (International CL series) in accordance with the system color coding listed below. Valves and/or valve handles in these piping systems shall be painted in accordance with the color coding listed below for the system use.

Note: On galvanized steel piping the first coat of primer shall be a wash primer, Interprime 539, or equal.

Piping or its lagging, as applicable, shall be stenciled indicating service and direction of flow in accordance with Section 0.17.5.

New or disturbed exterior surfaces of exhaust and steam piping systems requiring insulation shall be painted with 2 coats of heat resistant aluminum paint before application of insulation.

System Color Coding

Refrigerant white Ventilation duct black Steam and steam drains silver Potable water blue Ship service air gray Sea water green Diesel black Lube oil yellow Hydraulic orange Feed water white Fire extinguishing water and carbon dioxide red Plumbing drains and sewage brown

0.14 Piping Modifications

The following general requirements shall be applicable to all the piping system modifi- cations described in these specifications.

0.14.1 General

All new and modified piping systems shall comply with ABS Rules, SOLAS and USCG regulations and The World Health Organization “Guide to Ship Sanitation.” Other applicable regulations and standards are listed in Section 0.3. All valves, flanges and fittings shall be supplied by manufacturers acceptable to those agencies.

Inter-island Ferry Authority Vessel Refurbishment Page 0-26 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Piping systems and related material shall be designed, furnished and installed as necessary to ensure complete and efficient operation of all systems, components and machinery under all conditions of service.

Except where open ceiling systems are intended, all piping in accommodation spaces shall be concealed behind ceiling panels and sheathing, except where exposed for purposes of connecting piping to fixtures. In order to maintain maximum headroom, all piping shall be kept behind framing and as close as practical to deck beams, bulkheads and the underside of decks. Piping may pierce girders, provided approved compensation is made at the penetration.

All piping subject to mechanical injury shall be adequately protected. All guards shall be bolted in place so that they may be removed for repairs to piping.

Welded joints shall be incorporated in the design to the maximum extent consistent with maintenance requirements of system components. Where flanged joints are identified in pressurized piping, safety shields shall be installed if leakage from the joint could be hazardous.

Where piping is connected to machinery and equipment, provision shall be made so that stresses due to expansion and contraction of piping are not transmitted to the machinery or equipment.

The selection and application of thermal insulation and lagging for all new and disturbed previously insulated piping shall be in accordance with ASTM F683, except where specifically required otherwise by the specifications.

0.14.1 Installation

All piping shall fit without springing or forcing into place. Flange faces shall fit parallel and concentric before bolting.

Piping installations shall permit free passage along walkways and ladderways; free access for operational and routine maintenance; free access to all doors, hatches and openings; and, as much as possible, they shall be free of interferences to the ready removal of equipment and system components.

In order to meet operational requirements and to facilitate on-board maintenance, isolation valves shall be incorporated for individual and sectional subdivision, to include all branch lines, mains and equipment. Maximum isolation capability is desired so that individual components may be secured while the vessel is in service without the disruption of similar items.

Suitable take-down joints shall be provided in piping to allow access to and removal of piping system components such as pumps, valves and strainers, and to remove unavoidable piping interferences to the ready removal of the vessel’s equipment and of system components.

Inter-island Ferry Authority Vessel Refurbishment Page 0-27 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Where the penetration of a watertight bulkhead or deck is required, the piping shall have an extra-heavy doubler sleeve or collar (in accordance with ASTM F682) welded into the deck or bulkhead, to ensure that watertight integrity is maintained. In no case shall the bulkhead or deck plate be used to form a part of a joint or piping system.

To prevent damage to piping and joints at bulkheads and decks, bends or fittings for expansion of piping shall be provided to compensate for movement due to the working of the vessel’s structure.

Piping shall be supported by hangers suitable for the material and service in accordance with ASTM F708 supplemented by MSS SP-69. Hangers shall be welded to basic structure such as beams, frames, bulkhead stiffeners or plate that is opposite support structure. Hangers for nonferrous pipe or tube and for hydraulic systems shall be synthetic rubber lined.

To accomplish change in a direction, machine bending of pipe to a radius of five times the nominal pipe diameter for pipe 2 inches NPS and below, in lieu of elbows, is preferred. Machine bending of tubing shall be to a radius of three times the nominal diameter.

Unions are not permitted in piping that is behind linings, false ceilings, or in other inaccessible locations.

Connections to pumps, tanks, etc., above 2 inch nominal diameter shall be flanged. Connections of 2 inch nominal diameter and below must be threaded with sufficient unions to permit removal of equipment. Where 150-pound steel flanges mate up to valves or equipment with flat face flanges, the steel flanges shall be flat faced.

All piping systems shall be fitted with low point drains. Exterior piping shall be fitted with shut-off valves and drains for freeze protection. Conversely, unavoidable high points shall be provided with vent fittings for air removal.

Where screwed plugs are incorporated, they shall not be covered by insulation or linings, and they shall be bronze for either ferrous or nonferrous materials.

Flexible piping connections shall be made with standard manufacturer approved metallic or non-metallic hose with standard end fittings. (Contractor-fabricated expansion joints are not acceptable.) Flexible connections shall not be used in any piping system to compensate for offsets and/or misalignments caused by substandard pipe fitting. In those systems employing “Garlock EZ-FLO” flexible connections, the Contractor shall use, for each line size, the same size connector in every system requiring such connectors. Flexible connections utilized shall have a minimum service life of five (5) years after installation.

All valves shall be located so as to be accessible for ease of operation and repair. Manually operated valves shall generally be installed with the stems vertical.

Ball valves shall be of the bolted design wherein the body can be removed without disturbing the end connections. Ball valves shall be used to the maximum extent in potable water, flushing and compressed air systems.

Inter-island Ferry Authority Vessel Refurbishment Page 0-28 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

All automatic type control valves shall be designed and installed to meet full operational requirements and permit local adjustment, inspection and maintenance without removal from the line. They shall also be designed to “fail-safe” with respect to the system’s function.

A ‘Y’ or basket type strainer shall be incorporated upstream of each automatic type control valve.

Check valves shall be incorporated wherever flow reversals would be detrimental to operational requirements. Stop check valves shall be incorporated wherever flow reversals could flood a space. Check valves shall be installed in a horizontal plane and, where possible, in a fore/aft orientation.

Manually operated valves shall be readily operable by one person, directly or through mechanical advantage type operators. The valve control handles shall be easily accessible to operating personnel with solid reach rod handle extensions provided as necessary.

Stop and check valves that are welded in place and all valves that are 2-1/2 inch and above shall have renewable disks and regrindable or renewable seats.

Globe valves shall be incorporated with the system’s pressure under the disc.

Gage piping assemblies and materials used shall be in accordance with ASTM F721 with 1/2 inch root valves.

Except where otherwise specified, the designation of valve trim includes the following: stem, disc (or gate), nut, seat, back seating bushing and guides.

Use of mitered joints or mitered fittings shall not be permitted, except in combustion exhaust systems.

Drains from piping and equipment shall not be less than 1/2 inch NPS.

Pipe welding shall comply with regulatory body requirements and the details given in ASTM F722.

Valve locking devices shall be in accordance with ASTM F993, Type II requirements.

0.14.1 Plumbing & Deck Drains

All drain pipes shall be led as directly as possible. They shall be provided with sufficient number of accessible clean-out connections (after every 135 degrees of pipe bend and at least 1 per 50 lineal feet of piping), not less than 1-1/2 inch NPS, for clearing the drain pipes by use of plumber’s snake, steam or water hose. All plumbing drains, soil drains (drains from water closets and urinals) and interior deck drains shall lead, via gravity, to the MSD. Gravity drains shall have maximum possible slope, but not less than 1/4 inch per foot transversely and 1/8 inch per foot longitudinally.

Inter-island Ferry Authority Vessel Refurbishment Page 0-29 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Plumbing and interior deck drains may be combined with soil drains; however, where such connections are made, they must be at least 4 feet below the lowest drain.

Drain pipes from plumbing fixtures or deck drains combined with other drains located at higher elevation may be joined. Where such connections are made, they shall be at least 4 feet below the lowest drain to prevent back-flooding under design conditions of list and trim, and under the rolling and pitching of the ship.

Where drains are combined with other drains, ‘Y’ branches, sweep tees or sanitary fittings shall be used to facilitate flow.

Sanitary drains shall be kept separate from the weather deck drains.

All drains shall have traps with accessible clean-out connections, except in the overhead of the galley. Drain traps shall be deep enough to prevent siphoning and backflow from the pitching and rolling of the vessel.

Individual and combined drains shall be vented. Vents may be fitted with anti-siphonic valve terminals in lieu of running vent piping. Anti-siphonic vent valve terminals shall be located above ceiling levels.

0.14.1 Materials

Materials for the various piping systems shall be in accordance with the applicable sections of these specifications and/or shall match existing systems on the vessel. The Rules of the American Bureau of Shipping and the United States Coast Guard, in conjunction with ASTM F1155, shall be used in selecting materials.

Except where otherwise required, the designation of valve trim includes stem, disc (or gate), nut, seat, back seating bushing and guides.

Galvanizing shall generally be done by the “hot dip” process; however ASTM A123 and/or A153 apply, as appropriate. Galvanizing damaged during installation shall be repaired in accordance with ASTM A780.

0.14.1 Corrosion Precautions

Piping conveying corrosive media shall be protected from the effects of corrosion and/or corrosion-erosion by the adoption of the following:

A. Valves and fittings (except resilient-seated butterfly valves and other approved lined or liner type valves and fittings) in nonferrous piping runs shall be bronze or a material compatible to the applicable piping material.

B. Connections between ferrous and nonferrous pipe shall be made with a “waster piece” to limit the effects of galvanic corrosion. The waster piece shall be made of Schedule 80 black pipe with flanged ends and shall be at least twice as long as the nominal pipe size.

Inter-island Ferry Authority Vessel Refurbishment Page 0-30 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

C. In lieu of a waster piece, an insulated coupling may be installed between the dissimilar metal lines.

D. Turbulence of flow(s) shall be minimized to curb corrosion/erosion by restricting the velocities within the required limits; by elimination of abrupt changes of pipe diameters in piping runs and connections; through the incorporation of gradual transitions in diameter changes; and by the use of long-radius bends and fittings, sweep tees and ‘Y’ and lateral type fittings.

0.14.1 Cleaning and Flushing

General All piping, piping appurtenances, and applicable equipment shall be thoroughly cleaned after fabrication and prior to shipboard installation. After complete shipboard installation each system shall be thoroughly cleaned and flushed of all foreign matter with the applicable system's medium, or an approved substitute.

System flushing shall be conducted at the applicable system's maximum operating pressure and above normal line velocity. Line vibrators, or the temporary in-line and/or portable hand types, shall be employed. However, prior to flushing operations, such units as heat exchangers and control valves, having in-line mechanisms capable of trapping, or affected by the carryover of foreign matter, shall either be removed or blanked-off and bypassed.

Fuel oil, lube oil and hydraulic piping Fuel oil, lube oil and hydraulic oil piping shall be cleaned after fabrication or assembly and before installation by pickling in hot acid, after which the piping shall be washed, acid neutralized, washed again, dried and coated with oil to the satisfaction of the Owner’s Representative. After installation is complete, the entire system shall be cleaned by continuously circulating hot oil at or above design velocity at not less than 140°F, using temporary strainers and filters until a clean system is obtained. Flushing oil shall be removed and system flooded again using the normal system fluid, placing a lint-free cloth bag over the temporary strainer, and flushed for at least one hour, or until a clean bag is obtained. After cleaning, the Contractor shall drain the system and refill with new, normal system fluid. Line vibrators, of the temporary in-line and/or portable hand types, shall be employed during the installation cleaning process.

Potable Water Piping Before being put into service, the entire potable water portion of the fresh water system shall be cleaned, disinfected and flushed in strict accordance with the requirements of the USPHS and WHO. Certificates of disinfection shall be provided to the Owner’s Representative prior to the system being placed in service. Should it

Inter-island Ferry Authority Vessel Refurbishment Page 0-31 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

be necessary to reopen the potable water system prior to redelivery, the system shall be re-cleaned and disinfected.

Refrigeration Piping Prior to installation, all refrigeration piping shall have all foreign or loose particles removed and shall be thoroughly cleaned and degreased. Upon completion of cleaning operation, all open ends shall be plugged or capped. Open ends shall be kept closed until final installation. Condensers, coolers, compressors and other equipment which have been opened shall be inspected and, if necessary, cleaned.

After installation and before system is put in operation, the refrigerant circuit shall be thoroughly cleaned and flushed internally with an approved fluid utilizing the temporary installation of a dirt interceptor. After installation and leak testing, and before charging with refrigerant, the system shall be purged and dehydrated by a vacuum method.

0.15 HVAC Modifications

The following general requirements shall be applicable to all ventilation system modifi- cations described in these specifications.

0.15.1 General

All new and modified ventilation systems shall comply with ABS Rules, SOLAS and USCG regulations and The World Health Organization “Guide to Ship Sanitation.” Other applicable regulations and standards are listed in Section 0.3. All fans, ductwork and fittings shall be acceptable to those agencies.

All the new and modified ventilation distribution ducting systems shall be constructed with galvanized sheet metal, with thermal insulation as required. Acoustic treatment shall be furnished and installed where indicated or required by other sections of these specifications.

The new and modified distribution ducting systems shall be provided with provisions for balancing.

All existing, modified ductwork to be reused shall have the interiors thoroughly vacuumed and cleaned to remove dirt and grease.

0.15.1 Equipment

Fans and Motors

Each fan shall be fitted with a nameplate listing the system served, cfm, total pressure, speed and motor horsepower. All fans shall be installed with new flexible connections to the ductwork and new rubber-in-shear vibration isolation mountings.

Static pressures shall not exceed 5 inches of water.

Inter-island Ferry Authority Vessel Refurbishment Page 0-32 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

The Contractor shall be responsible for performing detailed pressure drop calculations, in accordance with ASHRAE standards for the installed ductwork to confirm fan selection.

Steam Convectors

Convectors shall be of good commercial quality with sloping top surfaces. Convectors shall operate on 35 psig steam.

Steam Duct Heaters

The steam duct heaters shall operate on 35 psig steam supply. All heaters shall be of the non-freeze, internal steam distributing type. Heaters shall be copper fins on copper tubes, and with cast iron headers. Heater casings shall be airtight and fabricated to eliminate air by-pass.

Electric Duct Heaters

Tempered air heaters shall be suitable for marine use, be constructed in conformance with USCG requirements and be suitable for use with 450 VAC power. The heating elements shall be of the fin type. Heater controls shall be provided with an interlock with the fan motor or an air flow switch so that the heater cannot be energized unless the fan motor is also energized.

Trunks, Ducts, Accesses and Hoods

In general, duct velocities shall be limited to 2000 fpm, but, where space conditions necessitate, local velocities may be as high as 3000 fpm. Branch duct sizes shall generally limit velocity to 1500 fpm to keep fan pressure and noise generation as low as possible.

Trunks shall be constructed of steel of a minimal thickness consistent with the adjacent structure, and as required. Trunks for ductwork, trunks, louvers, etc., exposed to the weather shall not be less than 1/8 inch and shall be galvanized steel plate.

Ventilation ductwork may pierce girders, provided approved compensation is made at the penetration.

All installed ductwork shall be airtight. Sheet metal ducts shall be made of hot-dipped galvanized steel, with the minimum thickness and reinforcement in accordance with SMACNA HVAC Duct Construction Standards or applicable regulations, whichever is greater. It is brought to the Contractor’s attention that the diameter for round ducts or the maximum dimension for rectangular ducts may have a significant impact on the minimum thickness required by SOLAS Regulations (refer to 2000 Amendment Regulations II-2/7.2, II-2/7.4 and II-2/7.5).

Burned off galvanizing shall be replaced with a spray-on type of galvanizing coating.

Where “steel or other equivalent material” is required by the regulations, No. 11 USSG minimum plate thickness shall be used.

Inter-island Ferry Authority Vessel Refurbishment Page 0-33 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

All galley range exhaust ducting shall be grease-tight.

Round duct branches shall be through 30° lateral fittings wherever practicable. Round duct elbows shall be standard radius.

Ducts shall be suitably supported and stiffened on the outside to prevent panting.

Ducts shall be concealed behind linings and ceilings.

All ducts passing over electrical equipment shall be made watertight, insulated and shielded to prevent condensation from dripping upon electrical equipment.

Duct joints may be either flanged or they may have approved clamp or sleeve with an approved adhesive tape and duct sealer as suitable for the size, shape, and tightness requirements (water, grease, etc.) of the duct.

All elbows in ducts and trunks shall, in general, be designed with a standard throat radius (r/w = 1.0). When throat radius is less than one-half standard, baffles and concentric radius turning vanes shall be installed. Small radius turning vanes shall not be used in elbows unless structural considerations necessitate the use of miter throat radii. Turning vanes or bar grids shall be provided to achieve uniform air flow to registers, grilles and diffusers.

Converging transformation pieces shall have a taper not exceeding 20 degrees on a side. Diverging transformation pieces shall have a taper not to exceed 15 degrees on a side where possible. When the taper exceeds 10 degrees, splitters shall be fitted to reduce the expansion angle.

Low points in ducts and weather terminals shall be provided with duct drains to weather deck drains or to weather.

Duct Access Doors

Access holes of 12 by 12 inch minimum opening, with access doors consisting of bolted plates or quick acting covers, shall be provided as follows: A. Both sides of axial flow fans, heaters and cooling coils. B. Inlet side of centrifugal fans and multi-blade dampers. C. Galley exhaust ducts (4'-0" maximum spacing). D. Supply and exhaust ducts (other than galley exhaust) (8'-0" maximum spacing). E. Trunks and non-removable ducts (8'-0" maximum spacing). F. Access to duct and trunk drains. G. Bottom of vertical trunks and non-removable ducts.

For access into large plenums, access doors shall be manhole size. All duct access doors required per this section shall meet the following requirements:

Inter-island Ferry Authority Vessel Refurbishment Page 0-34 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

• The minimum thickness for access doors shall be consistent with the minimum thickness required for the adjacent ductwork (see requirements in subsection above). • Fasteners used to secure the duct access doors, such as bolts, weld studs, latches, or wing nuts, shall be carbon steel or stainless steel and shall not penetrate duct walls. • Duct access doors shall have a gasket or sealant that is rated for 1500°F and shall be airtight.

Exceptions may apply to manufactured grease duct access door assemblies, installed in accordance with manufacturer instructions, subject to Owner approval.

Unless specifically approved, there shall be nothing supported off the ductwork that does not constitute part of the duct itself (e.g., pipe hangers and ceiling grids).

Access to Duct Access Doors

All duct access doors shall be readily accessible behind joiner work and other obstructions. Access panels (minimum 18" x 18") shall be provided in joiner work concealing ventilation duct access doors. Joiner work access panels (including false ceiling panels) shall have label plates installed identifying access panel locations for all new and modified ductwork. Label plates shall be descriptive, identifying the exhaust fan, and what the access panel serves.

Terminals and Dampers

The minimum thickness for all damper housings shall be consistent with the minimum thickness required for the adjacent ductwork (see requirements in subsection above).

All terminals and grilles shall be designed for quiet operation and shall be of an approved type and size suitable for the space involved.

All supply terminals, except direction types, shall be capable of properly ventilating the space involved without creating drafts.

Diffusers shall be equipped with adjustable equalizing deflectors within the neck of the diffusers to provide uniform terminal throat velocities and internal means for adjusting the discharge. The outer cone and orifices (if applicable) shall be shaped to minimize streaking of the overhead.

All balancing dampers shall be of metal construction and fitted with an indicator to show the position of the damper and a combined adjusting and locking device so located as to be easily accessible and visible. Balancing dampers shall be designed for a range from full- open to full-closed. Balancing dampers in ducts shall be of the butterfly or splitter type with indicator. Balancing dampers within ducts shall be located as remote as possible from terminals. Balancing dampers adjacent to or forming part of terminals are acceptable only if the adjustment mechanism is concealed during normal operation (e.g., above ceiling panels). After the system is balanced, all damper operators shall be screwed, or otherwise fixed, to permanently secure the dampers in the balanced position.

Inter-island Ferry Authority Vessel Refurbishment Page 0-35 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Interior vent terminals and duct dampers, unless otherwise noted, shall be constructed of hot-dipped galvanized or corrosion-resisting materials as approved. Nuts, washers, springs, rivets, bearings, journals and similar parts shall be of bronze or corrosion-resisting material. Sheet metal parts shall not be less than #20 USSG material.

The net air velocity for outdoor makeup and supply systems through weather louvers shall not exceed approximately 1000 fpm (500 fpm based upon gross face area).

All adjustable louvers shall be of rattle-free construction. Self-lubricating, corrosion- resisting bearings and journals shall be used at all working points.

Fire dampers shall be of an approved type, and shall be fitted in locations as required by the regulatory bodies. Where SOLAS fire dampers are specified, they shall meet the requirements below.

SOLAS Fire Damper

Where “SOLAS fire damper” is specified, the fire damper shall meet the following requirements:

• The damper shall meet the specific requirements of 46 CFR 72.05-50 (b). Noting that this regulation states “No insulation need be applied to the damper blade,” this does not relieve the Contractor of the additional requirement to provide a damper capable of meeting the A-60 class division requirements, as stated below.

• The damper must be of galvanized steel or other equivalent material and, to an insulating standard such as to ensure that the fire resistance of ‘A’ class divisions is not impaired (i.e., A-0, A-15, A-30 or A-60 class divisions).

• The damper must have means for fail-safe automatic closing.

• The damper must be capable of being manually closed from each side of the division (from a “damper control station”); manual operation via an electrical control will be acceptable.

• Each damper control station shall have a visible indicator showing whether the damper is in the open or closed position. The damper control stations must be readily accessible and marked as specified by 46 CFR 78.47-53.

• The damper itself shall have a mechanical indicator that shows whether the damper is opened or closed. This indicator is to be fitted on the damper outside of any insulation applied.

• The damper must be accepted by cognizant regulatory bodies.

Inter-island Ferry Authority Vessel Refurbishment Page 0-36 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Weather Louvers

Stationary weather louvers shall be of steel construction with coaming of 1/4 inch plate and of sufficient depth to include 1/8 inch louver blades, uniformly spaced 2 to 3 inches apart at a 45 degree angle. Louver blades shall be flanged down 1/2 inch on the leading edge and up 1/2 inch on the trailing edge for improved water exclusion. Louver blades shall be fitted with vertical flatbar supports at intervals not exceeding 24 inches.

Air velocities across inlet louvers shall generally be limited to 500 feet per minute based on gross area and/or 1000 feet per minute based on net area. Air velocities across exhaust louvers shall generally be limited to 750 feet per minute based on gross area and/or 1500 feet per minute based on net area.

Weather louvers shall be fitted with a stainless steel ratproofing screen (1/4" x 1/4" grid). The screen shall be cross braced so that the unsupported span of screen, horizontally and vertically, shall not exceed 24 inches, and shall be center fastened (when only one brace is provided), otherwise fastened at each bracing intersection.

Weather louvers shall be fitted with drains to weather deck drains or straight to weather. Drain lines running straight to weather shall run in the deckhouse down to within 6 inches of the deck.

0.15.1Insulation and Lagging

General

All insulation shall be faced and all insulation materials shall comply with the requirements of the regulatory bodies.

Insulation shall be secured to duct with an approved adhesive. In addition, insulation on rectangular ducts and on plenums 24 inches wide and wider shall be further secured with metal clips, pins or studs (spacing as per Section 0.12) secured to the insulated surface. Adhesive shall be chemically compatible with the insulated surface.

In areas where insulation may be subject to damage, protection such as galvanized metal sheathing or guards shall be provided as required.

Structural Fire Insulation

Structural fire insulation shall be installed in accordance with the regulatory body requirements and Section 0.12.

Structural fire insulation, where installed, may negate the need to install duct thermal treatments and/or acoustic insulation (see requirements below) if it is shown by the Contractor that the structural fire insulation provides the required thermal characteristics and the acoustic treatment and insulation requirements are met.

Inter-island Ferry Authority Vessel Refurbishment Page 0-37 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Thermal Insulation

All parts of heating, ventilation and air conditioning systems (including equipment, access covers, flanges and ducts) shall be covered with the type of insulation specified to prevent sweating and external heat transfer, as follows:

A. Air Conditioning Systems – Insulate entirely except exposed portions within areas served and fans. Lag and vapor seal in hot or wet spaces; otherwise lag exposed insulation only.

B. All Ventilation Supply Systems (concealed or exposed) – Insulate all systems passing through machinery spaces except portions within areas served and fans. They shall also be vapor sealed and lagged as specified in (A) above.

C. Ventilation Exhaust Systems (concealed or exposed) – Insulate all exhausts from heat producing spaces (concealed or exposed) where passing through heated or cooled spaces except portions within areas served and fans..

Unless specified otherwise, insulation shall be 1 inch thick minimum fibrous glass board or flexible fibrous glass insulation, with a minimum density of 1-1/2 pounds per cubic foot.

Insulation on rectangular ducts carrying cold (weather) air shall be 1 inch thick fibrous glass board, with minimum density of 3 pounds per cubic foot. and a factory-applied aluminum foil vapor barrier, minimum thickness of 0.002 inch. Insulation on round and flat oval ducts and bends, shall be the same as specified for rectangular ducts, except it may be flexible type with a minimum density of 1-1/2 pounds per cubic foot.

All joints of vapor seal shall be lapped, 2 inches minimum, or sealed with 3 inch wide aluminum foil tape. To insure integrity of vapor barrier, all joints shall also be coated with an approved vapor sealing compound, compatible with the aluminum foil vapor barrier.

Acoustic Insulation and Treatment

Acoustic treatments shall be provided as required, so that the ventilation system generated noise in the vessel is limited to the values specified in the specifications. A certified report shall be submitted to the Owner to verify that the noise level of the ventilation systems in the refurbished areas, as delivered, meet the above requirements.

Interior (lined duct) duct insulation shall consist of 1 inch or 2 inch fibrous glass insulation with reinforced mylar facing. The insulation shall be installed such that the mylar facing is exposed to the airflow and covered on the air flow side with a 16 gauge perforated sheet metal facing. The sheet metal shall have 30% open area and shall compress the insulation approximately 10%.

Acoustic treatments, if installed, may negate the need to install duct thermal treatments if it is shown by the Contractor that acoustic treatments provide the required thermal characteristics. Acoustic insulation materials shall satisfy 46 CFR 164.012. Installation procedures shall be as recommended by the manufacturer.

Inter-island Ferry Authority Vessel Refurbishment Page 0-38 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

0.15.1 Balancing Tests

All new or modified ventilation systems shall be balanced such that the delivered quantity of air to each compartment shall be ±10% of the quantity shown on the Owner approved ventilation drawing which the Contractor shall prepare. A report of the air balancing results shall be submitted to the Owner and shall identify the instrumentation used, calibration date and final air quantities at each terminal.

In balancing the air quantities to the modified compartments, the Contractor shall measure the air flows to unmodified compartments served by the same ventilation system. Delivered air quantities to these compartments shall be ±10% of the quantity shown on the unmodified ship ventilation diagram. This may require the Contractor to adjust the balancing dampers in the existing unmodified ventilation ductwork

Tests of systems shall be conducted in accordance with the requirements of Section 0.20.

0.16 Electrical Modifications

The following general requirements shall be applicable to all the electrical system modifications described in these specifications.

0.16.1 General

All equipment and designs shall comply with, but not be limited to, the requirements of the U.S. Coast Guard (USCG), American Bureau of Shipping (ABS) and the recommendations of the Institute of Electrical and Electronics Engineers (IEEE) Standard 45.

In cases where design requisites may not be covered in sufficient detail by the rules, regulations and recommendations noted in Section 0.3, or as otherwise specified herein, the Underwriter’s Laboratories (UL), the National Electrical Code (NEC), the Institute of Electrical and Electronics Engineers (IEEE) and the National Electrical Manufacturers Association (NEMA) standards shall be followed for construction details with due regard to the applicability for marine service.

0.16.1 Materials

Equipment requiring external wiring shall have terminal boards or blocks with solderless terminals to which all connections shall be made. An exception to this requirement is wire terminations to remote motor operator push-button stations which may be made directly to screw-type terminal connections on the operators and pilot lights.

Electrical enclosures shall be drip-proof as a minimum and shall not have knockout plugs. In engineering spaces enclosures shall be NEMA 12 as a minimum. In damp, wet or exterior locations, and on the vehicle deck, enclosures rated NEMA 4X shall be installed. Vehicle deck enclosures shall also meet IEC’s IP55 requirements.

Inter-island Ferry Authority Vessel Refurbishment Page 0-39 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

0.16.1 Cabling

Cables shall be run in existing and new wireways by the most direct routing as required and consistent with practical wireway groupings, hazardous locations, etc. Where possible, wireways shall be run overhead and concealed in bulkheads or overhead spaces that are lined. The cables shall be secured to the cable hangers with stainless steel banding. When pulling cabling, manufacturer’s maximum force limitations shall be adhered to. For example, CAT6 cabling shall not be pulled with a force exceeding 25 lbs. maximum.

All new cables shall be Navy MIL-C-24643 or IEEE-45 marine cable. Cabling shall be unarmored type; except as required by regulatory bodies. All cables mounted on the focsle exposed to weather shall be mounted in heavy wall conduit, armored or otherwise protected from physical damage to the satisfaction of the Owner.

Where existing cables are planned to be reused, the cable length may require extension. Any such extension shall be made only with cable of like size and type. The terminations shall be made within watertight electrical junction boxes. The junction boxes shall be hidden behind joiner/ceiling panels and provision shall be made for access with labels added to the joiner/ceiling panels to indicate the location of the junction boxes. The Contractor shall replace those cables where the overall length is less than 50 feet.

Existing cables affected by the work to be performed shall be insulation resistance checked (meggered) prior to reconnection to any equipment. Insulation resistance for all new and reused cable shall be in accordance with IEEE-45 (2002), Section 34.14.

Cables shall be run directly from electrical equipment to the distribution panel branch circuit breaker, controller or as otherwise provided in the specifications.

Using embossed aluminum cable tags, all cables shall be identified with their cable number and cable type at all penetrations to equipment and panels, through bulkheads and decks (both sides), at all locations where both sides of a penetration are not readily visible for cable tracing, and at least twice in each compartment.

Floaters shall be provided for each individual conductor of a cable at all terminal points, and shall uniquely identify the conductor using the cable circuit number for a base.

Cables identified for rip-out shall be completely removed from the vessel. All dead-ended cable discovered by the Contractor shall be identified to the Owner.

0.16.1 Connections

Conductors shall be connected using compression lug (STAK-ON) wire connectors and barrier terminal strips or, in the case of PLC’s or IEC terminal strips, compression ferrules. Plastic connectors shall not be used.

Inter-island Ferry Authority Vessel Refurbishment Page 0-40 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

0.16.1 Wireways

Existing wireways shall be used to the maximum extent practical. Where adequate space for new cables does not exist, or where existing wireways are removed as a result of structural modifications, new cable supports shall be installed.

New wireways shall be steel with corrosion-resistant finish when located out of weather, and stainless steel when located to weather. All cable banding shall be stainless steel.

Cable supports may be multiple tier. Cables shall be stacked no more than two layers per tier. Due consideration shall be given to limiting interference between wireways and other systems components such as vent ducting, piping and structure.

0.16.1 Penetrations

Cable penetrations through bulkheads and decks not required to be watertight, weather- tight or fire-tight shall be lined with flat bar or structural tubing to form collars. The collars shall be continuously welded to metal surfaces.

In decks, collars shall extend above the finished deck no less than 6 inches. Deck penetrations susceptible to damage shall have kick-tubes or extended casings that are a minimum of 9 inches above the finished deck.

Watertight, fire-tight and weathertight penetrations for multi-cable runs shall be made using cable transits. Stuffing tubes shall be used only for individual cable penetrations. Voids created by collars shall be covered so as not to become waste and dirt catchers. Multiple cable transits shall use regulatory approved fire rated sealers such as synthetic rubber blocks and fire sealer. Fire-tight penetrations shall be insulated to the fire rating of the boundary in accordance with Section 0.12.

0.16.1 Panelboards

All new electrical distribution panels shall meet UL Standard 67, including the Marine Supplement thereto. New distribution panel enclosures shall be drip-proof, NEMA 12, as a minimum, and NEMA 4X if exposed to the weather.

In spaces accessible to passengers, panel fronts shall have locking devices and shall be keyed to match the existing key plan. Panels located in engineering spaces, or other spaces not accessible to the passengers, shall not have keyed locks. Doors shall have an integral circuit directory inside which identifies each circuit.

Enclosures

The panel assemblies shall be enclosed in steel cabinets with the cabinets mounted recessed and flush with the bulkhead. All enclosures shall be flush mounted such that cable entrances and cable supports shall be made from the bottom of the panels and between the joiner panels or behind bulkheads such that the cables are not exposed to the exterior.

Inter-island Ferry Authority Vessel Refurbishment Page 0-41 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Panel doors shall open a minimum 120 degrees. It shall be possible to remove the panel front for the purpose of breaker repair or replacement without having to remove the panel from its mountings or move any surrounding structures.

Ratings

Each electrical distribution panel shall be sized for the voltage, current and phasing to meet the load requirements. All terminals shall be UL listed as suitable for copper conductor material.

Busing

Panel busing shall be distributed phase sequence type, and all bus bars shall be tin plated copper bar. Phasing to each bus shall be such that a three pole breaker at any location in the panel will be attached to all three phases.

All busing to circuit breakers shall be the same size. i.e., any circuit breaker may be located anywhere in the panel regardless of trip setting and not exceed the bus current rating to that circuit breaker position.

All panels shall have main lugs only. Lugs shall not be made of aluminum.

Circuit Breakers

Circuit breakers shall be molded case type, quick-make, quick-break, thermal magnetic, trip indicating and with a common trip on all multi-pole circuit breakers.

Circuit breakers shall have a UL listed current interrupting rating suitable for the capacity of the power source and at least 10,000 amperes in lighting panels and 14,000 in the 450 VAC panels.

The distribution panels and circuit breakers located in the machinery spaces shall be rated for 50C, 40C elsewhere, and shall comply with UL Std 489 including the Marine Supplement in all other respects.

All circuit breakers shall have trip-free handles, with the trip status indicated by the handle position. All systems rated at 240 VAC or less shall have an additional trip indication consisting of a red tripped indicator visible through a clear window in the breaker casing only when the circuit breaker is in a tripped status.

Circuit breakers serving galley and toilet/shower space receptacles shall be GFI type.

Load Balancing

Loads shall be distributed between phases such that the “factored load” on any one phase is within 15% of the mean “factored load” of all three phases. The intent is to achieve a balanced load at the transformer secondary.

Inter-island Ferry Authority Vessel Refurbishment Page 0-42 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

0.16.1 Transformers

New transformers shall be single phase, dry type, non-ventilated and suitable for indoor/outdoor use. Three phase transformer banks shall consist of three, single phase transformers connected delta primary and wye secondary.

All transformers shall be rated for 115C rise, maximum based upon 50C ambient and shall be located in a well ventilated area.

0.16.1 Motors

Motors of 3/4 horsepower and larger shall be rated for operation on 450 VAC, 3 phase power. Fractional horsepower motors, in general, shall operate on single phase. Three phase motors shall be of the squirrel-cage induction type. Single phase motors shall be high starting torque, capacitor start and shall operate satisfactorily on 115 VAC, 60 Hz. Three phase motors shall be NEMA Design B unless the characteristic of the driven machine requires otherwise.

All motors shall be suitable for full voltage starting. All motors shall be equipped with anti- friction sealed bearings of suitable design to take the required thrust and radial loads. All motors shall be totally enclosed and fan cooled. Each motor shall be fitted with a nameplate of corrosion-resistant materials. Motors shall be designated as hostile environment motors having a 1.15 service factor, stainless steel shaft, Class F insulation or better and an epoxy coating on the case.

0.16.1 Motor Controllers

Enclosures

Individual combination starters shall include a circuit breaker disconnect and a motor starter with overload devices mounted in a common enclosure. The disconnect handle shall be lockable in the “off” position. There shall be a provision to open the controller door with the handle in the “on” position by means of a defeater screw.

Controllers installed in interior locations shall have NEMA 12 enclosures. Controllers to be located in the galley, the vehicle space, the weather, damp, or corrosive environments shall have NEMA 4X enclosures. Vehicle space controllers shall also meet IP55 requirements.

Controllers located in areas accessible to the public shall have locking devices similar to and keyed to match the panelboards.

Controls

Low voltage protection shall be provided in all motor controllers except those specifically required to be low voltage release.

Combination starters shall have mounted on the face of the controller the push-buttons, switches and indicator lights required for operation. Remote operating stations shall be provided where control from more than one location is required, where the motor starter

Inter-island Ferry Authority Vessel Refurbishment Page 0-43 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

cannot be located near the motor as required by other sections of the specifications, or as required by the regulatory bodies.

Push-button and switch operators shall be watertight/oil-tight (NEMA 4 and 13), momen- tary for LVP functions and maintained for LVR functions.

Indicator lights shall be transformer type with low voltage bulbs. They shall have a push- to-test feature and use glass lenses with integral color. Green indicator lights shall be used to indicate when the motor is running.

All operators and indicators shall be labeled with nameplates that mount on the circumference of the device where possible. Label plates shall be either engraved phenolic or metal and shall indicate the purpose, function, position or condition, as applicable.

Individual control circuit transformers shall be provided for each controller. Control circuits shall operate at 120 VAC. Control transformers shall be fused on both primary winding legs and one leg of the secondary winding.

All motor controllers shall utilize the appropriate rated contactors for the motor horsepower to be controlled. Starters shall have three-pole external manual melting alloy type thermal overload devices, or have ambient compensated bi-metallic thermal overload relays.

All new motor controllers shall meet UL Standard 508 including the Marine Supplement.

Manual Starters

Manual starters shall be provided as specified for small loads. Manual starters shall be NEMA Size M-0, have toggle operators, overload elements and motor run indicator lights.

0.16.1 Lighting

Lighting design for the vessel shall follow the recommendations of the Illuminating Engineering Society (IES) Publication RP-12, “Recommended Practice for Marine Lighting.”

All lighting fixtures shall be UL (1570, 1571, or 1572 series as applicable w/ marine supplement) listed except as otherwise required. All new general lighting fixtures shall be fluorescent with translucent white polycarbonate diffuser. All fluorescent fixtures shall have low temperature, high power factor ballasts.

New general lighting fixtures in accommodation areas and public spaces shall be drip-proof as a minimum. Those in the engineering spaces, vehicle space and to weather shall be waterproof with stainless steel or brass housings.

Lighting fixtures installed in suspended grid ceilings shall be designed for the type of installation and shall be fluorescent. Grid mounted fixtures shall be flush or have similar relief to ceiling panels. Lamps shall be accessible by means of opening a hinged translucent panel that forms the lighted face of the fixture and shall not require removal of the fixture or any joiner work.

Inter-island Ferry Authority Vessel Refurbishment Page 0-44 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

In spaces and areas which are being modified only, incandescent fixtures shall be used in small service spaces, fan rooms, for local supplemental lighting and in refrigerated spaces; fixtures shall match existing.

Watertight or waterproof incandescent lighting fixtures shall have glass globes with guards.

0.16.1 Receptacles

All compartments in the vessel shall have at least one 120 volt receptacle. Living spaces shall have additional convenience receptacles for radios, razors, personal entertainment equipment and the like. Large spaces shall have receptacles in numbers and locations adequate to provide complete coverage of the space by portable appliances, tools or lights equipped with cords of not more than 25 feet in length, except that cords may be 50 feet in length for open deck coverage. In general, 120 volt receptacles shall be the duplex type, except that watertight receptacles may be single unit type. Receptacles shall be of the three pole, grounded type.

Engineroom, weather deck, vehicle space and “wet spaces” receptacles shall be watertight and of bronze metal.

The circuits feeding the receptacles mounted near each stateroom and cabin lavatory as well as in the galley shall be protected with a ground fault circuit interrupter.

0.17 Nameplates, Notices, and Markings

0.17.1 General

Nameplates, notices and markings as required by the regulatory bodies and the Owner shall be provided.

All plans, signs, notices and markings shall reflect the “as-built” conditions of the vessel.

All markers, labels, notices and signs in public spaces shall be coordinated and developed with the interior decor. Such items shall be of high contrast and shall be sized for the visually impaired.

Lettering shall be clear and concise and have a minimum of abbreviations.

Attachments shall be such as to prevent theft and vandalism.

All signage required by regulatory agencies shall state the warning or advisory and cite the applicable code or requirement.

0.17.1 Alarm Markings

The alarm markings shall be in 1 inch high red letters in visible locations.

Inter-island Ferry Authority Vessel Refurbishment Page 0-45 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

0.17.1 Markings at Fire Fighting Equipment

The various fire fighting systems and the emergency gear lockers shall be conspicuously marked in red letters, at least 2 inches high: “CARBON DIOXIDE FIRE APPARATUS,” “WATER SPRAY FIRE APPARATUS,” “MANUAL SPRINKLING SYSTEM,” “EMERGENCY GEAR LOCKER,” as the case may be.

Each fire hydrant shall be marked in red letters, at least 2 inches high: “FIRE STATION NO. 1” (or “NO. 2,” “NO. 3,” etc.).

Each hand-portable fire extinguisher with a number and stowage location shall be marked with a corresponding number at least 1/2 inch high.

Fire axes, hoses, etc. shall bear the vessel’s name.

0.17.1 Emergency Lights

Emergency lights shall be marked with a letter “E” at least 1 inch high.

0.17.1 Piping and Vent Duct Identification Markings

Ventilation, piping and electrical lines, valves and equipment shall be labeled as follows:

A. Piping and ducts shall be marked at least once in every space and at least twice in engine spaces, preferably near bulkhead penetrations. B. Pipe exposed to the weather shall be marked by label plates. C. Marking is not required in voids, bilges or similar unmanned spaces, or in cases where the run is identified by a nearby valve or piece of equipment where the function is obvious. D. A direction-of-flow arrow shall be painted on all pipes or ducts within a space. E. At the interconnection of systems, each shall be marked nearby if practicable. F. Ventilation ducts shall be marked with system number preceded by the word “EXH,” “SUP,” or “RECIRC,” as the case may be.

G. Pipes shall be marked with a name describing the system, such as “L.O. FILLING,” “COLD F.W.,” “FIRE MAIN,” etc. Lettering and flow arrows shall be stenciled using color paint as required below, except where the color of the pipe or duct is so dark that white must be used for the marking to be legible. Size of stenciled letter shall be generally as follows:

All insulated pipe 1-1/2" high lettering 2" and above, bare pipe 1-1/2" high lettering 1-1/2" to 1" 1" high lettering 3/4" and 1/2" 1/2" high lettering 3/8" 3/8" high lettering Ventilation ducts 1-1/2" high lettering

Inter-island Ferry Authority Vessel Refurbishment Page 0-46 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Valve handwheels and remote operator handwheels shall be painted to match the system color code listed in Section 0.13.5.

Valves shall have label plates conforming to ASTM F992. In general, label plates shall be of the brass under-nut type with letters and numbers etched or engraved and filled with enamel, though other non-corrosive metals may be substituted subject to approval. All remote control valve operators, tank fills and sounding tubes shall be clearly identified with labels stating their purpose. Labels shall be engraved and of approved non-corrosive material.

All valves shall be labeled except where the function of the valve is obvious. The label shall list the function of the valve. Remote operated valves shall be marked at the handwheel location and at the valve. Valves located beneath grating or floor plates shall be labeled and a label plate duplicate shall be secured to nearby structure above floor plates or on the access section so that they can be easily seen. Labels may be engraved on the handwheel, or label plates secured to the handwheel or adjacent structure.

All machinery and equipment, not otherwise labeled by its manufacturer, shall have a label plate listing the function of the component and other pertinent data.

Instruments shall have a label listing the purpose of the instrument.

Label plates shall have characters that are 3/8 inch high where possible, but in no case less than 1/8 inch high.

Dampers and closers in the ventilation system shall be labeled as to open and closed position, and as to the compartment or system affected.

0.17.1 Electrical Identification

Any special precaution, safety notices, maintenance or special operating instructions shall be included on the nameplates or on a separate plate attached elsewhere on the equipment in a prominent location.

Size of nameplates shall, in general, be selected to conform to the relative size, type and prominence of the equipment for which they are used.

The size of the lettering shall be selected to give predominance to circuit designation, with smaller letters being employed for secondary information.

Instruments such as metering shall be marked with name of circuit application, either directly on the instrument or on a separately mounted nameplate. When the entire panel or section is devoted to a single service application and a panel nameplate so indicates, circuit designations of individual instruments may be omitted. Metered values and their parameters shall be indicated on every instrument.

Switchboard and distribution panel busses shall be stamped in a readily visible location with their polarity or phase identification.

Inter-island Ferry Authority Vessel Refurbishment Page 0-47 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Cables shall be identified at control consoles and junction boxes for signal and/or control cables. All cables shall be labeled at entrance and exits of stuffing tubes and bulkhead penetrations. Cables shall be permanently labeled at the initial installation on board the vessel.

Designations on markers and nameplates shall agree with designations on drawings.

0.18 Spare Parts and Special Tools

The Contractor shall furnish all regulatory required spare parts and special tools for equipment and machinery required by this contract.

The spare parts and special tools shall be provided as required in the technical specifications or PTS.

As each new item of equipment is ordered, the Contractor shall submit to the Owner a list of manufacturer’s recommended spare parts and special tools. The list shall include the unit price of each spare part and the manufacturer’s part number and shall include diagrams or drawings as necessary. The Owner reserves the right to procure any items from the list at the unit price submitted by change order.

In general, spare parts for one piece of equipment or class of equipment shall be stowed in a separate container, clearly marked with the equipment name and model number and as required in the specifications.

All spare parts and special tools shall be placed aboard the vessel prior to redelivery.

0.19 Instruction Books and Shop Drawings

The Contractor shall prepare or obtain, collate and bind instruction books for all new machinery, equipment and systems provided by the Contractor, whether manufactured by the Contractor or not. The instruction books shall be clearly written in the English language with dimensions and tolerances displayed in the U.S. Customary System of Measurement. Text and tables displaying metric dimensions will be acceptable, provided that conversion to the U.S. Customary System is immediately obvious without reference to a conversion table.

The instruction books provided shall contain, as a minimum:

A. Complete theory of operation, as well as complete operating, installation, main- tenance, troubleshooting and repair instructions (including parts lists). This shall be provided in sufficient detail for operating personnel to operate, maintain and repair the equipment. B. Maintenance instructions listed in a tabular form that includes a recommended periodicity for accomplishment of the maintenance item. The parts lists shall be complete with the parts described so that required repair parts may be easily identified and ordered. If a parts list has parts described for more than one piece, model or type of equipment, the Contractor shall ensure that the parts required for

Inter-island Ferry Authority Vessel Refurbishment Page 0-48 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

the piece, model or type being furnished are clearly identified by an asterisk or some other method. C. Assembly plans, sections, schematics, wiring diagrams and line art as is necessary to properly identify the various parts of the assembly, and careful documentation of periodic maintenance requirements. The parts lists shall be keyed to the plans and line art to provide identification of the various parts. Diagrammatics shall contain complete information such as pump and fan characteristics, pipe or duct sizes, materials, flows, velocities (normal and maximum), pressure drops and other pertinent design data such as associated components, identification and operation characteristics, including all control and alarm settings. Items that are merely advertisements for other or related equipment shall be omitted. D. A list of manufacturer’s recommended spare parts and special tools. The list shall include the unit price of each spare part and the manufacturer’s part number and shall include diagrams or drawings as necessary. E. Photographs to amplify the text, where required to ensure clear understanding of procedures to be used. F. Information at least equivalent to that available to mechanics at an authorized overhaul facility of the manufacturer of the machinery or equipment covered. It is the intent of the Owner to totally maintain equipment provided under the specifications, and sufficient information to do so is required. Omission of infor- mation due to reasons such as “not normally furnished” or “factory only” will not be acceptable. G. Signed and completed test memorandums, as specified, for the applicable equipment and/or systems. H. All equipment certifications: USCG, ABS, UL, FM, etc.

Additional requirements are contained in the specifications for the particular system, equipment or part.

Samples of acceptable manuals are available in the Ketchikan Marine Engineering office.

The Contractor shall not use operating manuals intended for final delivery to the Owner as working manuals for use in installing and operating/testing the equipment. If the Contractor requires this information, then additional manuals/information must be ordered for that purpose with the attendant cost borne by the Contractor. Instruction manuals and books clearly showing misuse will not be accepted by the Owner.

0.20 Tests and Trials

Tests and trials specific to each work item are listed in the associated specification section. However, general testing requirements are defined in this and the following subsections. Testing is required of all work performed and equipment installed and modified during the work pertaining to the structure, fittings, systems and machinery in order to demonstrate satisfactory workmanship, application of equipment, and conformance to the specifications and regulatory body requirements.

Inter-island Ferry Authority Vessel Refurbishment Page 0-49 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

Test memorandums shall be prepared and tests conducted in accordance with the following:

A. Society of Naval Architects and Marine Engineers, Technical and Research Bulletin No. 3-39, “Guide to Shop and Installation Tests.” B. American Bureau of Shipping, “Rules for Building and Classing Steel Vessels.” C. United States Coast Guard, “Code of Federal Regulations, Subchapter H.” D. Requirements of various sections of these specifications.

0.20.1 Test Equipment and Instruments

The Contractor shall supply all test instruments or special instruments, as well as all temporary piping, hoses, pumps, valves, wiring, staging, supports, communications and other items or services as may be required to conduct the tests. Consumables (filters, special lubricants, recording equipment, etc.) necessary to conduct these tests shall be furnished by the Contractor.

Instruments used for the tests shall have current calibration certification. Where used, the vessel’s instruments shall be calibrated before use in any tests. Copies of all such certification shall be available for viewing, if requested, before, during, and after testing.

Test equipment and instruments shall be recalibrated and the test repeated if, in the judgment of the Owner’s Representative, the recorded results of any individual test appear to be incorrect or erroneous.

0.20.1 Structural Tests

Structural tests of all new and modified structure shall be conducted to demonstrate the watertightness or weather tightness, as applicable, of the boundaries. All testing shall be prior to application or installation of deck covering, paint, etc.

Hose-test all exterior surfaces in way of new or modified hull and deckhouse structure in accordance to the applicable standards as referenced in Section 0.13. Soap/vacuum box and air lance testing can be substituted as appropriate for a hose test.

Sideport and Stern doors shall be hose-tested for the appropriate tightness (weather or watertight) as per the applicable regulation based on longitudinal location.

For new interior structural modifications where hose tests are not practical, a soap/vacuum or air lance test shall be performed.

Air-test all new and modified tanks in accordance with regulatory body requirements. Care shall be taken to not over-pressurize any structure.

0.20.1 Piping Systems Tests

General

Inter-island Ferry Authority Vessel Refurbishment Page 0-50 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 0 - GENERAL REQUIREMENTS & GENERAL TECHNICAL SPECIFICATION

New and modified piping systems shall be hydrostatically and operationally tested.

The Contractor may elect to submit one hydrostatic test memorandum addressing all modified piping systems instead of an individual test memorandum for each system. Unique requirements for each piping system shall be clearly stated in test memorandums. Unique data sheets shall be provided for each individual system to be tested.

Hydrostatic Tests

Each new or modified piping system shall be cleaned internally of all foreign material and externally of all insulation in the areas to be tested. All equipment such as strainers, pumps, etc., which are normally subject to the pressure of the system, shall be tested with the system. Apply pressure to each system in accordance with U. S. Coast Guard requirements unless otherwise directed by regulatory agencies or these specifications. Hydrostatic pressure shall be held on the system for at least 20 minutes. Visually inspect and record the locations of all leaks. Repair all leaks and re-test all affected systems until no leaks are discovered. Record the test of each system on the appropriate test memorandum. Operational Tests

Conduct operational tests to demonstrate the proper operation of each new, modified or disturbed piping system in accordance with Owner-approved test memoranda. 0.20.1 Ventilation Systems Operating Tests

After any new or modified ventilation ducting has been installed and/or disturbed ducting reinstalled, operate the systems for at least 15 minutes. Record system operational parameters on the data sheets and inspect for tightness. 0.20.1 Electrical System Testing

Electrical system testing shall be conducted to demonstrate proper operation in conjunction with the testing of machinery and equipment installed. All new cable and existing cables cut, lengthened or temporarily disconnected during the refurbishment project shall have an insulation test performed prior to use. Cable testing shall be in accordance with 46 CFR 111.60-21. 0.20.1 Machinery and Equipment Testing

Conduct operational tests to demonstrate the proper operation of each new, modified or disturbed item of machinery and equipment in accordance with Owner approved test memorandum. 0.21 Basis of Payment

All costs associated with Section 0 – General Requirements work shall be incorporated and paid under the appropriate corresponding bid item.

Inter-island Ferry Authority Vessel Refurbishment Page 0-51 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

(This is a definite bid item.)

1A.1 Intent ...... 1 1A.2 General requirements ...... 2 1A.3 Vessel Description and Certificates ...... 3 1A.4 General Description and Scope of Work ...... 4 1A.5 Contract Documents ...... 4 1A.6 Regulatory body inspections ...... 4 1A.7 Materials ...... 4 1A.8 Owner-Furnished Material...... 4 1A.9 Temporary Services ...... 5 1A.10 Security and Safety ...... 6 1A.11 Fire watches ...... 7 1A.12 Gas-Freeing of Tanks/Voids and gas-free certificates ...... 7 1A.13 Asbestos and Lead Containing Material and Paint, Polychlorinated Biphenyls and Coal Tar Epoxy Paint 8 1A.14 Scrap and Salvage ...... 8 1A.15 Welding and Brazing Procedures and certificates ...... 8 1A.16 Hull Protection ...... 8 1A.17 Inspection ...... 9 1A.18 Compartment Close-Outs ...... 10 1A.19 Vessel Condition Video ...... 10 1A.20 List of Deliverables ...... 10 1A.21 Progress Meetings ...... 10 1A.22 Basis of Payment ...... 11

1A.1 Intent

The intent of the specifications, their appendices and accompanying plans & drawings, is to outline and illustrate the refurbishment/ upgrade work required in this contract. This is a design-and-construction contract and, as such, the Contractor is solely responsible for the development of the design and for providing all engineering (including, but not limited to, documentation and drawings), labor, material, services, equipment, tools, transportation and supplies necessary to complete the work in accordance with the plans, specifications and the terms of the contract.

It is not the intent of these specifications and the accompanying plans and drawings to include every detail of the work. Specifically, the work items in Sections 2 through 5 have typically been developed only to define the necessary performance or concept. Accordingly, all other design and details are left for the Contractor to fully engineer and define in the working drawings and final “as-built” plans referenced in the General Provisions, Special Provisions and Section 1C of these specifications. Therefore, the omission, in the specifications and/or plans, of any material or equipment repair or replacement that would be detrimental to the seaworthiness or the serviceability of the vessel and necessary for the proper operation of the items installed, the inclusion of which is in keeping with good shipbuilding practice, shall be provided by the Contractor at his expense to the satisfaction of the Owner.

Inter-island Ferry Authority Vessel Refurbishment Page 1A-1 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

1A.2 General requirements The ship will be delivered to the Contractor’s facility in an “as-is” condition. It is the Contractor’s responsibility to engineer, remove, modify, repair or replace all systems necessary to accomplish the contracted work.

The Contractor shall satisfactorily perform all work and details connected therewith to engineer, construct, equip, outfit, test and deliver the modified vessel to the Owner, fully certified and ready for the intended service. The completed vessel shall comply with all requirements applicable to maintaining classification, as well as all requirements of the regulatory bodies cited herein for the affected areas.

Upon vessel delivery to the Contractor, and until completion of all the work and departure of the vessel, the Contractor shall provide all necessary plant facilities, engineering, labor, dry docking and pier side services, materials, machinery, equipment, outfit, gas-freeing, spare parts, appurtenances, tools, appliances, transportation, supplies, fuel, water, power, lighting, air, steam, crane services, lift and disposal services, rigging, communication, mooring lines, line handling, wharfage, docking and shifting of the vessel.

The Contractor shall provide the services of manufacturers’ representatives to accomplish specialized work for which the Contractor does not have adequately trained personnel. Where installation, adjustments, tests and/or calibration of equipment by a manufacturer’s representative is required by the specifications, any charges therefor shall be at the Contractor’s expense, unless it is for the Owner-furnished equipment or stated otherwise. Charges for services of a manufacturer’s representative required by the Contractor, but not anticipated or otherwise included in the original contract price, shall also be at the Contractor’s expense.

The Contractor shall obtain all approvals for the work and maintain, without restriction, existing vessel certificates as may be required by USCG, ABS and other regulatory bodies.

The Contractor shall safeguard the vessel’s machinery and electrical equipment, the use of which will be made only upon approval by the Owner and under the supervision of trained and competent personnel. The Contractor shall protect, by masking and other means, all machinery, equipment, finished surfaces and any other items or surfaces requiring protection during the course of the work.

The Contractor shall at all times, insofar as conditions of the work will permit, keep the openings of the vessel closed against the weather. Temporary deck openings shall be bounded by a coaming of sufficient height as to divert any water on the deck from entering any of the spaces below.

The Contractor shall, within the areas affected by the work, keep all pipe lines drained, including fixtures, pumps, traps and tanks, to maintain cleanliness, and avoid damaging piping or fixtures by corrosion or freezing. Any damage caused through the Contractor’s neglect or failure to comply fully with this requirement shall be repaired at the Contractor’s expense, to the satisfaction of the Owner.

Inter-island Ferry Authority Vessel Refurbishment Page 1A-2 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

While the vessel is in the Contractor’s facility, the Owner reserves the right to bring on Owner personnel or subcontractors to complete work items not outlined in these specifications. The Owner also reserves the right to execute additional contracted work with the Contractor simultaneously with these specifications. The Contractor shall make reasonable accommodations for the Owner or their subcontractors.

1A.3 Vessel Description and Certificates

The M/V Stikine 172.5-foot-long, steel-hulled, twin screw, diesel-powered passenger and vehicle ferry owned and operated by the Inter-Island Ferry Authority. The vessel currently holds a valid U.S. Coast Guard (USCG) Certificate of Inspection and International Load Line Certificate. It is fully prepared and outfitted to carry passengers and vehicles among the various communities of Southeast Alaska.

The ship’s principal characteristics include: Vessel Type ...... Passenger/Vehicle Ferry Service Type ...... Ferry Service Route Type ...... ………Lakes, Bays, and Sounds Home Port ...... HOLLIS, AK USCG Official Register Number ...... Stikine 1179851 IMO Number ...... Stikine 9388431 Year Built ...... Stikine 2006 Length (Overall)...... 197’ 6” Length Between Perpendiculars ...... 172’ 6” Breadth, Extreme, over Guards ...... 52’ 9” Depth, Molded, at Main Deck ...... 17’ 5” Maximum Mean Draft (approx.) ...... 11’ 0” Capacity (USCG Authorized) ...... 165 Passengers, 5 Crew Registered Domestic Gross Tonnage ...... 95 Registered Domestic Net Tonnage ...... 65 International Gross Tonnage ...... 2309 International Net Tonnage ...... 1083

The vessel shall be re-delivered with all existing classifications maintained. The Contractor shall provide re-issued classification and inspection certificates, as required by the regulatory bodies, with the re-delivered vessel. The vessel shall also comply with the latest USCG and International Maritime Organization (IMO) regulations and recommendations for the prevention of pollution as applicable to the areas affected by the work.

The work performed by the Contractor in conjunction with the modifications described elsewhere in the specifications shall satisfy the USCG requirements necessary for issuance of a new Certificate of Inspection.

Inter-island Ferry Authority Vessel Refurbishment Page 1A-3 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

1A.4 General Description and Scope of Work

The Inter-island Ferry Authority Vessel Refurbishment work consists of, but is not limited to, the following work items as described in the Technical Specifications: A. Provide Temporary Services for M/V Stikine B. Refurbish sewage tank. C. Blast and paint potable water tank D. Blast and paint underwater body E. Upgrade HVAC control system No oral statement of any person shall modify or otherwise affect the terms of this contract scope of work. Changes to the scope of work shall be made in accordance with the General Provisions of the contract, as amended by Special Provisions and Addenda. 1A.5 Contract Documents

Not Used 1A.6 Regulatory body inspections

All necessary certificates and/or documents covering the approval and indicating compliance as a result of the contracted work will be obtained by the Contractor and provided to the Owner. All fees for classification, including testing and certification of materials and equipment furnished by the Contractor, will be borne by the Contractor. Those certificates and documents which are obtained by the Contractor that are required to be mounted or framed aboard the vessel shall be provided to the Owner. All data shown on the plans and/or in the specifications that are less than what is required by the applicable regulatory bodies will be performed by the Contractor to the requirements of the regulatory bodies at the Contractor’s expense and without schedule impact to the Owner.

1A.7 Materials

See Section 106, General/Special Provisions, for “Buy America” requirements and other material certification requirements. The Contractor shall be responsible for enforcing these requirements on subcontractors.

All items requiring “Buy America” or "U.S. Coast Guard" shall have a material affidavit/certificate provided to the Owner prior to installation of the item.

1A.8 Owner-Furnished Material

Owner-furnished material may be delivered or made available to the Contractor at his place of business. The cost of handling and placing all materials after they are delivered to the Contractor shall be considered incidental to the contract price for the item in connection with which they are used, and no separate payment will be made. Inter-island Ferry Authority Vessel Refurbishment Page 1A-4 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

The Contractor shall receive, transport, inspect for transit damage, check for agreement with bills of lading, insure, protect during construction, provide secure storage for and install aboard the vessel, the aforementioned Owner-furnished material. An inventory of Owner-furnished material, as received by the Contractor, shall be provided to the Owner.

The Contractor shall be held responsible for all Owner-furnished material delivered to him. Deductions will be made from any moneys due him if necessary to make good any shortages and deficiencies, from any cause whatsoever, and for any damage that may occur after delivery and for any subsequent demurrage charges. Material or equipment damaged through improper storage or handling shall be replaced with new at the Contractor’s expense.

The Owner may reject, for use on the project, any of the aforementioned material and/or equipment improperly stored or handled by the Contractor.

1A.9 Temporary Services

The Contractor shall provide and install, at a minimum, the following services for the vessel at the Contractor’s facility (either berthed or drydocked) from the delivery date to the vessel departure date shown in Section 1B. These services are to ensure the habitability of the vessel during the time it is located at the Contractor’s facility. It is anticipated that 3 to 4 crew members will be working on board for two weeks after the vessel arrival. In addition, 1 engineering personnel is anticipated to be working on board for the contract performance period. Services required are:

A. Minimum 480 volt, 100 amps, 3 phase, AC electrical power, with supply cables, to the vessel’s shore power box. Shore power receptacles aboard vessel are Appleton ADR1034 4-pin type.

B. Adequate fire lines and “red heads,” and, on the day of the vessel’s arrival at the Contractor’s facility, along with the Contractor’s approved fire plan, a meeting with the local fire chief responsible for emergency response to the vessel, the purpose of which will be familiarization with the vessel and discussion of firefighting procedures. The Contractor shall provide a minimum of two charged “red heads” (one forward on the passenger deck and one on the card deck starboard) with adequate fire lines to fight a fire anywhere on the vessel. These “red heads” will be able to be charged by the turning on of one valve, which is to be located at the “red head.” One line will be run from the car deck “red head” to the vessel’s fire main, connection can be made at the car deck mid ship, this line will be kept dry by use of an isolation valve. Once the Fire Plan is approved, the Contractor may not waiver from the fire plan or modify the fire protection system for the vessel without prior written approval from the Owner.

C. A properly rigged and lighted gangway, with safety net, to the vessel.

D. A 1-1/2 inch, 100 psi compressed air-supply line and service for the vessel’s compressed air system. Vessel connection is 1” NPT.

Inter-island Ferry Authority Vessel Refurbishment Page 1A-5 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

E. Vessel deck protections. The Contractor shall cover all deck coverings in the areas where Contractor personnel will be working or transiting. At a minimum protection will be installed from the entrance nearest the gangway to the nearest car deck access. This shall take place immediately upon vessel’s arrival at the Contractor’s facility and shall be maintained until vessel redelivery. Deck protections are to be 1/8” fire retardant hard board at minimum.

1A.10 Security and Safety

The name(s) and telephone number(s) of the Contractor’s safety representative(s), ship’s superintendent(s) and project manager shall be provided, in writing, to the Owner prior to the commencement of any work to ensure 24 hour communication capabilities for safety- related issues.

The Contractor shall provide and maintain adequate security (monitoring for flooding, fire and pilferage), commencing upon the vessel’s arrival at the Contractor’s facility and continuing through operational acceptance of the vessel by the Owner.

The Contractor will be held responsible for and make good, at his expense, any and all damage of whatever nature and/or loss to the vessel, and/or its machinery, and/or its stores, outfit, furniture and furnishings, spare parts, tools and removable equipment while the vessel is located at his facility.

During the contract performance period, the Contractor shall provide and be solely responsible for all firefighting protection on board the vessel as may be required by various regulatory bodies, including the local fire department and port authority.

Note: The Contractor is not to incorporate the use of the vessel’s firefighting/ alarm systems, equipment or Owner personnel in planning his firefighting protection.

Within 15 calendar days of contract award or upon the vessel’s arrival at the Contractor’s facility, whichever occurs first, the Contractor shall submit, for review and acceptance, a Fire Plan identifying the following:

A. The Contractor’s personnel responsible for implementation of the Fire Plan. B. Detailed procedures to be followed in the event of a shipboard fire. C. The location and capabilities of Contractor-supplied firefighting equipment. D. A statement that the fire plan complies with the requirements of the local fire department and port authority. The Contractor shall protect dangerous areas such as access openings in the deck with suitable temporary handrails and take all necessary and reasonable safety precautions to prevent injury to any person who may enter the work area for any reason.

Inter-island Ferry Authority Vessel Refurbishment Page 1A-6 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

1A.11 Fire watches

In all cases where torch cutting or welding is being carried out, a Contractor-provided, properly equipped fire watch, whose sole duty is fire watch, is required to be present. In cases where hot work is being performed on an interior bulkhead, a fire watch shall be maintained on both sides of the boundary. Fire watches shall remain on site after completion of hot work until the affected surface and adjacent materials have cooled significantly to preclude all opportunity for fire, but in no case will this time be less than 30 minutes. The Contractor shall schedule fire watches and monitor the proper placement of same. The Contractor’s failure to do so will result in the Owner’s halting all work, at the expense of the Contractor, until the Owner is satisfied that the Contractor will comply with the fire watch requirements.

No burning or welding will be allowed in tanks, bilge pockets or any other location where petroleum products or explosive gases have been present or which have been closed to the atmosphere until they are thoroughly cleaned and declared “gas-free,” safe for hot work and safe for human occupancy by a certified marine chemist. (This work is considered incidental to other items of work and no separate payment will be made therefor.) The Contractor shall provide all work required to achieve the required degree of cleanliness, the services of the marine chemist, and the work (including personnel) required to maintain the area safe while hot work is in progress.

1A.12 Gas-Freeing of Tanks/Voids and gas-free certificates

The Contractor shall provide all labor and materials necessary to certify gas-free and safe for hotwork all tanks, voids, bilges, and other normally closed and unventilated spaces to which entry is needed to accomplish the contracted work. All existing oily bilge water and subsequent accumulations of oily bilge water shall be properly disposed of by the Contractor in accordance with local and federal environmental regulations using Contractor-furnished equipment. For bid purposes the Contractor shall assume that the bilges have been cleared of all excessive liquids (down to the suction level of installed equipment) prior to arrival at the Contractor’s facility. If, upon arrival, the vessel has excessive liquids above the low suction, the removal of said liquids will be subject of a change order.

Other areas affected by the work for which such gas-freeing is otherwise normally performed shall also be gas-freed.

The Contractor shall obtain and maintain the necessary gas-free certifications for the affected spaces and areas and post the necessary hazard warnings and “Safe for Hotwork” and “Safe for Entry” signage at entrances to the tanks, voids and other work areas.

The Contractor shall obtain and maintain up-to-date, marine chemist’s test certificates depicting the current status of unsecured tanks and voids in accordance with OSHA regulations and as outlined herein. A copy of these certificates shall be provided to the Owner. In addition, copies of the test certificates and summary sheets certifying the status of all compartments and open tanks and voids shall be posted by the Contractor at the following locations:

Inter-island Ferry Authority Vessel Refurbishment Page 1A-7 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

A. Main access gangway to the vessel (summary sheets) B. Purser’s counter (summary sheets) C. At each compartment, and open tanks and voids (individual certificates)

1A.13 Asbestos and Lead Containing Material and Paint, Polychlorinated Biphenyls and Coal Tar Epoxy Paint

Not Used

1A.14 Scrap and Salvage

Not Used

1A.15 Welding and Brazing Procedures and certificates

Within 5 days of the vessel’s arrival at the Contractor’s facility, the Contractor shall provide to the Owner a list of all welders and welding operators’ qualifications. The Owner reserves the right to review Contractor copies of the certificates.

Within 5 days of the vessel’s arrival at the Contractor’s facility, the Contractor shall submit “project-specific welding procedures and sequences” to the Owner, as well as to ABS, for review and approval (pre-existing, ABS approved generic sequences will be accepted). The submitted documentation shall identify type and size of electrode or filler metal, current values, shielding gas and other details of welding and silver brazing processes and procedures as they relate to the work being addressed.

1A.16 Hull Protection

Rigid control of welding and grounding shall be maintained for the protection of the hull, its systems and appendages. Control shall be maintained during the entire time the vessel is in the custody of the Contractor, whether waterborne or in drydock. To ensure proper protection of the vessel, the following minimum requirements shall be adhered to: A. Any welding power source used on the vessel shall not be used for any other vessel or structure. B. Ground (return) cables attached to the vessel shall not be grounded to any other vessel or structure. C. All welding cables, electrodes and grounds shall be completely insulated and rigged in such a manner as to preclude any contact with water. D. Grounding lugs shall be tightly secured to grounding plates and contact surfaces shall be thoroughly cleaned to base metal.

Inter-island Ferry Authority Vessel Refurbishment Page 1A-8 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

1A.17 Inspection

All work under this contract will be subject to the inspection and approval of the Owner, the U.S. Coast Guard and all other applicable regulatory bodies. Owner and regulatory body representatives shall have free access to the vessel and the Contractor’s plant at all times for the purpose of inspecting materials and work in progress.

The Contractor shall pay for all regulatory fees that may arise as a result of the review or approval of the modifications or work described by this Contract. The Contractor shall obtain inspection credit from ABS and USCG for the new equipment and systems, and any other items or replaced equipment where ABS and USCG have periodic inspection and testing requirements for such equipment.

The Contractor is responsible for properly presenting all completed work for acceptance inspection and for giving adequate notice to the Owner and regulatory bodies that the work in question is complete and is ready for inspection. Acceptance by agents of the regulatory bodies is mandatory, but only preliminary. Final acceptance may be determined only by the Owner.

Inspections, tests, measurements or other acts or functions performed by the Owner are to be recognized as being for the sole purposes of assisting the Owner in determining, with reasonable assurance that the rate of progress and quality of work, as well as quantities and quality of materials, comply with the contract. Such acts or functions shall in no manner be construed to relieve the Contractor from determining to his own satisfaction that he is in full compliance with the contract requirements at all times; nor to relieve him of responsibility for the work assigned to him by the contract.

Work and materials not meeting the contract requirements shall be made good. Unsuitable work and materials shall be replaced, notwithstanding that such work or materials may have been previously inspected or that payment therefor may have been included in a progress estimate.

If the Owner requests it, the Contractor shall remove or uncover such portions of the completed work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the contract. Should the work thus exposed or examined prove acceptable to the Owner, the uncovering or removing, and the replacing of the covering or the making good of the parts removed, shall be paid for by the Owner at actual labor rates. Should the work so exposed or examined prove unacceptable to the Owner, the uncovering or removing, and replacing of the covering and the making good of parts removed, shall be at the Contractor’s expense.

Failure of the Owner to discover materials not in accordance with the contract shall not be deemed as acceptance of such work or materials, or as a waiver of the provisions of the contract. No payment shall be construed as acceptance of the work or of material not in accordance with the contract.

Inter-island Ferry Authority Vessel Refurbishment Page 1A-9 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

1A.18 Compartment Close-Outs

After all work on the vessel is substantially complete, each compartment in the vessel affected by the contracted work shall be inspected with an Owner’s Representative present to check fixtures, lighting, HVAC controls, cable penetrations, labeling, coatings, joiner doors, outfitting and other miscellaneous items in the compartment. A preliminary inspection shall take place prior to replacing the overhead panels.

When a compartment has been proven satisfactory to the Owner, the compartment shall be “closed out” by locking or otherwise preventing general access to the space.

Completion of all compartment close-out inspections shall be a prerequisite to acceptance of the vessel by the Owner for re-delivery.

The status of compartment close-outs shall be an item of discussion at the weekly progress meetings during the last 30 days of the contract period.

1A.19 Vessel Condition Video

The Contractor, in the company of the Contracting Officer’s representative, shall video areas of the vessel where work is intended to occur prior to commencing work. Subsequent to completion of the work, the work area(s) shall be re-videoed.

1A.20 List of Deliverables

Within five days after contract award, the Contractor shall submit for approval a Schedule of Deliverables listing the drawings, analyses, reports, certificates, purchase technical specifications and other deliverables that must be developed to be in compliance with all submittal requirements of this contract.

The schedule shall provide for various interim (draft) submittals and a final submittal of each deliverable, and shall include columns giving the intended dates of all submittals.

The schedule shall include columns for the following entries for each listed deliverable: deliverable title, scheduled dates of submittals, actual dates of submittals, and latest revision (by letter). The schedule shall also identify deliverables that are required to be submitted to each regulatory body for approval, review and/or information, and the expected and actual dates of such approvals.

The schedule shall allow at least 14 days for Owner review of each submitted deliverable.

The schedule shall be updated weekly by the Contractor and submitted at each weekly progress meeting.

1A.21 Progress Meetings

The Contractor shall conduct weekly progress meetings with the Owner. Such progress meetings shall commence upon arrival of the vessel at the Contractor’s facility.

Inter-island Ferry Authority Vessel Refurbishment Page 1A-10 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1A - ADMINISTRATIVE AND TEMPORARY SERVICES

The Contractor shall prepare an agenda before each progress meeting providing synoptic statements of progress made since the last meeting, current and pending activities, current and potential problem areas that could affect project cost or scheduling, and inspections planned for the following week. Each week’s agenda shall address safety and also include review of the status of the Schedule of Deliverables (Section 1A.20), Project Schedule (Section 1C.3), Drawing Schedule (Section 1C.4), Material Control Schedule (Section 1C.5) and Compartment Close-Outs (Section 1A.18) (during last 30 days of the contract). A copy of the agenda shall be provided to the Owner not less than 24 hours prior to each scheduled meeting date.

1A.22 Basis of Payment

Item No. Description Unit Quantity

1. Administrative and Temporary Services Lump Sum All Req’d

Inter-island Ferry Authority Vessel Refurbishment Page 1A-11 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1B - INTERPORT DIFFERENTIAL, DELIVERY, COMPLETION OF WORK AND ADDITIONAL CONTRACTOR COSTS

SECTION 1B - INTERPORT DIFFERENTIAL, DELIVERY, COMPLETION OF WORK AND ADDITIONAL CONTRACTOR COSTS

(This is a definite bid item.) 1B.1 Intent ...... 1 1B.2 Interport Differential ...... 1 1B.3 Timetable for Project Accomplishment...... 2 1B.4 Delivery ...... 3 1B.5 Completion of Work ...... 3 1B.6 Joint Condition Surveys and Punch Lists ...... 3 1B.7 Completion Incentive Plan ...... 3 1B.8 Bonding, Insurance, and Other Contractor Costs ...... 3 1B.9 Basis of Payment ...... 4

1B.1 Intent

The intent of this section is to describe the interport differential and the requirements for vessel delivery/redelivery from/to AMHS, completion of work, and additional Contractor costs.

1B.2 Interport Differential

The Owner will move the vessel to the Contractor's facility from the Owner's facility in Ketchikan, Alaska. The following interport differential costs, calculated under 17 AAC§70.420, shall be added to the bid received from the Offeror. Offerors located in ports other than those listed should contact the Contracting Officer listed in the Invitation to Bid to obtain the interport differential cost for their location.

Location Cost

Ketchikan, Alaska $0

Bellingham, Washington $100,00

Seattle, Washington $100,000

Portland, Oregon $120,000

Inter-island Ferry Authority Vessel Refurbishment Page 1B-1 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1B - INTERPORT DIFFERENTIAL, DELIVERY, COMPLETION OF WORK AND ADDITIONAL CONTRACTOR COSTS

1B.3 Timetable for Project Accomplishment

Milestone Date Explanation

M/V Stikine Contract No sooner than Award/Notice 14 days from to Proceed Contract award will be expedited Contract Bid (NTP) Opening

Vessel Arrival No sooner than IFA crew will deliver vessel to shipyard. This date at Contractor 10 days from begins Contractor's responsibility for temporary facility NTP services.

Day after Crew Departs Crew moves off the vessel. vessel arrival

The Contractor should anticipate crew living and eating onboard after this date. All shipboard systems necessary to support the crew should be fully Crew Returns August 14th functional no later than this date. During the time between the Crew Return Date and the Vessel Redelivery Date, the crew will be engaged in the preparation and performance of the activities Thenecessary anticipated to receive Operational the Coast Acceptance Guard Certificate date. This of is the date all work is requiredInspection. to be completed. Failure to complete all items of work by this date will start Work the count of days of Liquidated Damages. The August 15th Completion contract requires all of the work to be planned, Date scheduled and pursued with the firm commitment to reach 100% completion of all items, including “Punch List” items, prior to the Work Completion date.

IFA crew will take possession of vessel and vessel will No later than 7 depart shipyard. The date the vessel is expected to Vessel days following leave the shipyard with all work complete. This date Departure work is estimated based on the Vessel Redelivery Date and Date completion the estimated transit time to the Contractor's facility. date. Temporary Services will be hooked up until this point.

Inter-island Ferry Authority Vessel Refurbishment Page 1B-2 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1B - INTERPORT DIFFERENTIAL, DELIVERY, COMPLETION OF WORK AND ADDITIONAL CONTRACTOR COSTS

1B.4 Delivery

The Owner will move the M/V Stikine to the Contractor’s facility no sooner than 10 days after the date of contract award. The Contractor is responsible for the temporary safety and security services listed in Section 1A.10 from Vessel Arrival at the Contractor’s facility.

The Contractor shall provide the Owner with written acknowledgement of receipt of the vessel upon the vessel’s arrival at the Contractor’s facility.

1B.5 Completion of Work

The Contractor shall complete all contracted work by 1800 on the Work Completion Date shown in the table above with the M/V Stikine clean and free of defects and deficiencies and the final joint condition survey punch list work completed. The vessel shall be complete and ready for service, afloat pier side, with all its areas (related to contract work) thoroughly cleaned and free of all dunnage and dirt. Potable water tanks shall be filled to capacity (accomplished by the Owner’s crew) and any diesel oil or similar fluids removed from the vessel to accomplish the contracted work, which would otherwise have been retained by the Owner, shall have been replaced by the Contractor.

A timetable for completion of work on a revised final joint condition survey punch list will be agreed to between the Owner and Contractor.

The Contractor shall provide, prior to operational acceptance, the Coast Guard approved stability guidance necessary for the vessel to commence an operational schedule.

1B.6 Joint Condition Surveys and Punch Lists

Not Used

1B.7 Completion Incentive Plan

Not Used

1B.8 Bonding, Insurance, and Other Contractor Costs

The Contractor shall provide and arrange for all other services needed to deliver and redeliver the vessel to and from the Contractor’s facility. This includes but is not limited to required pilotage, tugs, transit fees, long-shoring and oil spill contingent fees associated with moving the vessel from Ketchikan, Alaska, to the Contractor’s facility.

The Contractor shall include the costs of bonding and insurance as required by the Contract General Provisions for this bid item.

The Contractor shall be paid for this item upon supplying copies of the cancelled checks showing proof of payment.

Inter-island Ferry Authority Vessel Refurbishment Page 1B-3 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1B - INTERPORT DIFFERENTIAL, DELIVERY, COMPLETION OF WORK AND ADDITIONAL CONTRACTOR COSTS

1B.9 Basis of Payment

Item No. Description Unit Quantity

2. Delivery, Redelivery, Bonding, Insurance, Lump Sum All Req’d and Other Contractor Costs

Inter-island Ferry Authority Vessel Refurbishment Page 1B-4 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1C - PLANNING, SCHEDULING AND TECHNICAL DOCUMENTATION

SECTION 1C - Planning, Scheduling and Technical Documentation

(This is a definite bid item.)

1C.1 Intent ...... 1 1C.2 General ...... 1 1C.3 Project Schedule ...... 2 1C.3.1 CONTRACTOR’S REPRESENTATIVE ...... 3 1C.3.2 SCHEDULE REQUIREMENTS ...... 3 1C.3.3 SCHEDULE UPDATES ...... 4 1C.3.4 SCHEDULE REVISIONS ...... 4 1C.3.5 TIME IMPACT ANALYSIS ...... 4 1C.4 Drawing Schedule ...... 5 1C.5 Material Control Schedule...... 5 1C.6 Engineering Services and Working Drawings ...... 6 1C.7 Final As-Built Drawings ...... 6 1C.8 Weight Estimate and Weight Control ...... 6 1C.9 Purchase Specifications, Requisitions, and Purchase Orders...... 6 1C.10 Signage and labels schedule ...... 6 1C.11 Paint and Coverings Schedule ...... 6 1C.12 Paint Logs ...... 6 1C.13 Test Memorandums ...... 6 1C.13.1 PREPARATION AND SUBMITTAL...... 7 1C.13.2 TEST MEMORANDUM BOOK ...... 8 1C.14 Instruction Books, Equipment Identification List, and Spare Parts Inventory ...... 8 1C.14.1.1 Major Machinery, Equipment and Systems...... 8 1C.14.1.2 Miscellaneous Machinery, Equipment and Systems ...... 8 1C.14.1.3 Equipment Identification List ...... 9 1C.14.1.4 Spare Parts Inventory ...... 9 1C.15 Vessel Record Plans...... 9 1C.16 Basis of Payment ...... 9

1C.1 Intent

This section sets forth requirements for planning and scheduling functions, engineering services, working drawing preparation and technical documentation preparation to be performed by the Contractor.

1C.2 General

The Contractor shall advise the Owner, on a daily basis, as to the progress of the work. The Owner shall also be kept advised as to the status of regulatory approvals by receiving copies of all correspondence to and from the regulatory bodies, either upon or within one (1) working day of the Contractor’s or subcontractor’s issuance or receipt of any such correspondence.

Working drawings, drawing schedules and material orders are to be prepared by the Contractor and submitted to the Owner for review, comment, and approval. In addition, all working drawings required by the regulatory bodies shall be submitted, by the Contractor,

Inter-island Ferry Authority Vessel Refurbishment Page 1C-1 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1C - PLANNING, SCHEDULING AND TECHNICAL DOCUMENTATION

to the regulatory bodies for approval. Final drawings, drawings for mounting on board the vessel, drawings for filing on board the vessel, drawings for the Owner’s office use, and instruction books shall be furnished by the Contractor as specified herein.

1C.3 Project Schedule

All Vessel Construction Schedules shall be provided to the State in printed form and in an electronic form for use on the Resident Engineer’s computer provided by the Contractor in accordance with the contract. The electronic data provided shall be in an appropriate format for evaluation on Microsoft Project (version 2010 or higher) and shall be accompanied by complete instructions as to file names and structures. The initial and updated vessel construction schedules shall be provided on 11" x 17" paper. The baseline vessel construction schedule (the approved initial vessel construction schedule) and any revised vessel construction schedules shall be provided on 11" x 17" paper.

Within five (5) days after contract execution, the Contractor shall prepare and submit to the Owner, for approval (as meeting contract scheduling requirements) or rejection, a resource loaded baseline CPM schedule as described below. The purpose of the baseline CPM schedule shall be to:

a. Assure adequate planning, scheduling and reporting during execution of the work by the Contractor. b. Assure coordination of the work of the Contractor and all subcontractors/ vendors. c. Assist the Contractor and State in monitoring the progress of the work and evaluating proposed changes to the contract and the CPM schedule. d. Assist the Contractor and State in arriving at true value for the Contractor’s request for partial payment.

NOTE: The Contractor’s request for partial payment shall be accompanied by its CPM schedule reflecting an updating within the past (7) calendar days. Payment will not be made to the Contractor without this updated CPM schedule.

At a minimum, the CPM schedule shall be developed to the specification item (pay item) level.

Critical path work (pay) items shall be broken down to the sub-task level. In addition, any work (pay) item with a man-hour budget in excess of 1,000 hours shall be broken down to the sub-task such that no task has in excess of 1,000 budgeted hours. Schedule logic shall be established for all milestone, key events, work items and sub-tasks using finish-to-start, start-to-start, finish-to-finish or start-to-finish relationships. The use of schedule constraints shall be kept to a minimum and explained to the State in writing.

State approval (as meeting contract scheduling requirements) or rejection of the CPM schedule shall take place within fourteen (14) days of submittal by the Contractor.

Inter-island Ferry Authority Vessel Refurbishment Page 1C-2 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1C - PLANNING, SCHEDULING AND TECHNICAL DOCUMENTATION

1C.3.1 Contractor’s Representative

Within five (5) days after contract execution, the Contractor shall designate in writing an authorized representative in the Contractor’s organization who shall be responsible for coordinating the preparation and maintenance of the CPM schedule. The Contractor shall also indicate the extent and number of years of experience the representative has had with managing projects using CPM scheduling. The Contractor’s Representative shall be delegated authority to act on behalf of the Contractor in fulfilling the CPM schedule requirements.

1C.3.2 Schedule Requirements

The CPM schedule shall incorporate labor, equipment and quantity resource data as well as cost information. The CPM schedule shall cover the time from receipt of contract award or notice to proceed to the contract completion date. The CPM schedule shall include the following proposed activities:

a. Engineering b. Procurement c. Construction d. Testing e. Training f. The milestones listed in Section 1B.3

NOTE: In the above, where appropriate, all Owner activities (including reviews) must be included in the schedule.

The following shall be included for each schedule activity:

a. Activity durations shall be whole working days with a maximum duration of ten (10) working days each, unless otherwise approved or directed by the Resident Engineer.

b. The Contractor shall identify all activities not on a 5-day work week calendar and shall provide a list of all planned holidays or other periods of shutdown and anticipated periods of overtime or multiple shift work.

c. The Contractor shall prepare and submit a separate labor summary in graphical format depicting labor in labor-hours by both principal (or lead) craft and any support craft, plus a summation for all craft. The graph shall show the planned number of person-days of effort, by month, over the duration of the CPM schedule.

The Contractor shall be responsible for assuring that subcontractor work scope and sequencing are included in its CPM schedule.

Inter-island Ferry Authority Vessel Refurbishment Page 1C-3 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1C - PLANNING, SCHEDULING AND TECHNICAL DOCUMENTATION

Proposed durations assigned to each activity shall be the Contractor’s best estimate of time required to complete the activity, considering the scope and resources planned for the activity.

1C.3.3 Schedule Updates

The CPM schedule shall be updated on a weekly basis. The updated CPM schedule shall include the dates activities were actually started and when they were completed, the physical percentage of work complete and the estimated remaining duration for each activity in progress.

The electronic files provided by the Contractor shall be capable of generating the following reports:

a. Sorted by Total Float b. Sorted by Area Code, secondarily by Early Start c. Sorted by Cost Code, secondarily by Early Start d. Sorted by Early Start e. Sorted by Late Start

The initial and each updated CPM schedule shall also be provided to the Owner on magnetic media disks suitable for use on the computer provided by the Contractor to the Resident Engineer. The data provided shall be a complete copy of all information contained in the basic schedule database.

Updating the CPM schedule to reflect actual progress made shall not be considered a revision to the CPM schedule.

1C.3.4 Schedule Revisions

If, as a result of the weekly schedule update, the CPM schedule no longer represents the planned prosecution or progress of the remaining work, the resident engineer may request, and the Contractor shall submit, a revision to the CPM schedule.

The Contractor may also request revisions to the CPM schedule in the event the Contractor’s planning for the remaining work is revised.

1C.3.5 Time Impact Analysis

When contract modifications are initiated by either the Owner or the Contractor, a change to the CPM schedule may be experienced. If the change indicates that a revision of the CPM schedule and related resources are needed, the Contractor shall submit to the Resident Engineer a written time impact analysis (TIA) illustrating the influence of each contract modification on any of the interim completion dates and the contract completion date. The Owner may elect to perform an independent TIA of any change. If the Owner performs such an analysis, the results will be provided to the Contractor. The TIA shall

Inter-island Ferry Authority Vessel Refurbishment Page 1C-4 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1C - PLANNING, SCHEDULING AND TECHNICAL DOCUMENTATION

includes a fragmentary network (FRAGNET), demonstrating the time and resource impact to each and every affected activity in the CPM schedule, utilizing the most recent update as the basis for measuring the change. The activity durations used in the TIA shall also be those included in the latest update unless adjusted by mutual agreement. The TIA shall be submitted in hard copy form and electronically. Both copies shall provide the details of change including, but not limited to, added, changed or deleted data for activities, logic restraints, resources or costs. The disks provided shall be compatible with the files, providing complete schedule data as specified herein.

Activity delays shall not automatically mean that an extension of the contract completion date is warranted or due the Contractor. A contract modification or delay may not affect existing critical activities or cause non-critical activities to become critical.

Extensions of time to interim completion dates or to the overall contract completion date under the contract will be granted only to the extent that:

a. Equitable time adjustments to the activity or activities affected by the contract modification or delay exceeds the total float of the affected activity or subsequent paths and extends any interim completion date or the overall contract completion date, and

b. The resident engineer agrees to a time extension in lieu of directing an acceleration of the work effort under the contract.

Each TIA shall be submitted to the resident engineer within seven (7) calendar days after notice of direction for a contract modification is given to the Contractor, or the Contractor provides notice of an impact to the Resident Engineer.

Approval or rejection in writing by the Resident Engineer of each TIA will be made within seven (7) calendar days after receipt. Upon approval of the Contractor’s TIA, and if so warranted under the terms of the contract, a contract modification will be issued incorporating the TIA and any warranted extension to interim completion dates or to the overall contract completion date. Subsequent weekly schedule updates shall then reflect the agreed upon changes to the CPM schedule (and related resources) as well as the approved time extension.

1C.4 Drawing Schedule

Not Used

1C.5 Material Control Schedule

Within fifteen (15) days after Contract Award, the Contractor shall submit a material control schedule listing the material and equipment to be purchased by the Contractor for incorporation into the contracted work, exclusive of items classified as “stockroom” materials. The schedule format shall, at a minimum, provide the following information: pertinent specification section, equipment name and technical description of material/equipment, name of vendors/manufacturers, commitment dates, purchase order

Inter-island Ferry Authority Vessel Refurbishment Page 1C-5 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1C - PLANNING, SCHEDULING AND TECHNICAL DOCUMENTATION

numbers, purchase order issues and releases for manufacture; and the required and estimated/actual delivery dates of materials/equipment for the vessel. The material control schedule will include, as a minimum, all items requiring USCG/ABS certification and/or a ‘Buy America’ certificate. A draft material control schedule is attached as Table 1D.5 and will be provided to the Contractor at contract award. This draft material control schedule is not an all-inclusive list and shall be verified and expanded by the Contractor.

The schedule shall be revised to show all changes and progress, and paper and electronic copies shall be submitted bi-weekly in time to be received by the Owner no later than the 1st and 16th of each month until all listed items have been received by the Contractor.

The material control schedule shall be an item of discussion at the weekly progress meetings required by Section 1A.21.

1C.6 Engineering Services and Working Drawings

Not Used

1C.7 Final As-Built Drawings

Not Used

1C.8 Weight Estimate and Weight Control

Not Used

1C.9 Purchase Specifications, Requisitions, and Purchase Orders

Not Used

1C.10 Signage and labels schedule

Not Used

1C.11 Paint and Coverings Schedule

Not Used

1C.12 Paint Logs

Not Used

1C.13 Test Memorandums

Test memorandums shall be prepared and tests conducted in accordance Section 0.20 and the following:

A. Society of Naval Architects and Marine Engineers, Technical and Research Bulletin No. 3-39, “Guide to Shop and Installation Tests.”

Inter-island Ferry Authority Vessel Refurbishment Page 1C-6 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1C - PLANNING, SCHEDULING AND TECHNICAL DOCUMENTATION

B. American Bureau of Shipping, “Rules for Building and Classing Steel Vessels.” C. United States Coast Guard, “Code of Federal Regulations, Subchapter H.” The Contractor shall develop and submit to the Owner for approval Test Memorandums for the following systems, equipment and structure being installed or modified by the Contractor:

A. Commissioning Test

B. Performance Verification Test

C. Operational Test

D. Structural Strength Test

E. Structural Watertightness / Weathertightness Tests

F. Piping System Tests

G. Electrical Insulation Resistance and Continuity Test

H. Infared Thermographic Survey of Electrical Terminations and Equipment.

Further details of tests and trials specific to each work item are listed in the associated specification section.

1C.13.1 Preparation and Submittal

Within 5 days after vessel arrival, the Contractor shall submit a complete schedule of tests and the Contractor’s basic test memorandum format to the Owner for approval. Each test memorandum shall be submitted for Owner approval at least 30 working days before the test is scheduled to be conducted. The test memorandums shall be comprehensive in all aspects, completely testing machinery and systems. All test memorandums shall have the same format and shall include, but not be limited to, the following:

A. Name of equipment or systems to be tested. B. References, including regulatory body and equipment manufacturer’s requirements. C. Certification by Contractor’s quality assurance that item is ready for testing. D. Test conditions, including preparations. E. Expected performance values – low/high range (acceptance criteria). F. Narrative test procedure. G. Re-test requirements. H. List of instruments used in the test and dates calibrated.

Inter-island Ferry Authority Vessel Refurbishment Page 1C-7 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1C - PLANNING, SCHEDULING AND TECHNICAL DOCUMENTATION

I. Data forms for recording test results. Where multiple items are to be tested under the same test memorandum, a separate set of data forms shall be included for each item. J. Spaces for signatures and initials of test engineers and Owner and regulatory witnesses. K. One or more sheets with blank comment blocks for recording test engineer and witness comments during testing.

Expected performance values stated in test memoranda shall be in accordance with the manufacturer’s recommendations and regulatory body requirements.

During each test, record all data on the approved test memorandum forms. Except as described below, record actual performance values observed during each test rather than noting that performance is “satisfactory.” For example, if a hydrostatic test requires 50 psi, but the actual test pressure is 53 psi, note “53 psi” on the data form.

All tests shall be witnessed by the Owner, except where the Owner may provide written authorization to proceed with a particular event without Owner representation.

Tests that fail shall be repeated after corrections have been made.

1C.13.2 Test Memorandum Book

In accordance with the requirements of Section 0.20, the Contractor shall prepare, collate, bind, etc., all completed and signed (Owner, Contractor, USCG, ABS) test memoranda as specified into a “Test Memorandum Book.” The book shall contain an index and be bound in substantial loose-leaf, 3-ring binder(s) suitably marked on the front cover and spine as to content. Three (3) final Owner-approved copies shall be delivered concurrent with vessel re-delivery.

1C.14 Instruction Books, Equipment Identification List, and Spare Parts Inventory

1C.14.1.1 Major Machinery, Equipment and Systems

Not Used

1C.14.1.2 Miscellaneous Machinery, Equipment and Systems

One (1) copy of the instruction book for each miscellaneous equipment item furnished under the Contract shall be submitted by the Contractor to the Owner within five (5) days of receipt of the equipment by the Contractor. Additionally, one complete set of these instruction books shall be provided in one or more (as needed) post-lock binders entitle “Miscellaneous Equipment Instruction Books” no later than one (1) week prior to the date set for redelivery of the vessel. In the case of multiple volumes, they shall be labeled “1 of (total number)”; “2 of (total number)”, etc.

Inter-island Ferry Authority Vessel Refurbishment Page 1C-8 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 1C - PLANNING, SCHEDULING AND TECHNICAL DOCUMENTATION

“Instruction books” as described herein are intended to be the standard booklets provided by vendors with supplied machinery and equipment, which may cover installation, maintenance and repair instructions, parts identification, and similar issues. Machinery, equipment and systems to which these requirements apply include all that are not otherwise listed as “major” items under Section 1D.14.1.

1C.14.1.3 Equipment Identification List

Not Used

1C.14.1.4 Spare Parts Inventory

Not Used

1C.15 Vessel Record Plans

Not Used

1C.16 Basis of Payment

Item No. Description Unit Quantity

3. Planning, Scheduling, and Technical Documentation Lump Sum All Req’d

Inter-island Ferry Authority Vessel Refurbishment Page 1C-9 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 2 - REFURBISH SEWAGE TANK

SECTION 2 – REFURBISH SEWAGE TANK

(This is a definite bid item.)

This section requires that the Contractor refurbish the vessel's sewage holding tank

2.1 GENERAL SCOPE ...... 1 2.2 REFERENCES ...... 1 2.3 OWNER FURNISHED EQUIPMENT ...... 2 2.4 MAJOR CONTRACTOR FURNISHED EQUIPMENT ...... 2 2.5 REQUIREMENTS ...... 2 2.5.1 General Requirements ...... 2 2.5.2 Summary of Specific of Requirements ...... 2 2.5.2.1 Removals ...... 2 2.5.2.2 Modifications ...... 3 2.5.2.3 Protection ...... 3 2.5.2.4 Installations ...... 3 2.5.2.5 Restorations ...... 3 2.6 COATINGS, NOTICES, AND MARKINGS ...... 4 2.7 INSPECTIONS, APPROVALS, AND TECHNICAL DOCUMENTATION ...... 4 2.8 TESTING ...... 4 2.9 TRAINING ...... 4 2.10 SPARE PARTS AND SPECIAL TOOLS ...... 5 2.11 BASIS OF PAYMENT ...... 5

2.1 General Scope

Remove and dispose of the existing submersible pumps from within the vessel's sewage tank, sand blast tank bulkheads, hatch, and interior piping to a SP-10, and apply two coats of International Interline 624 paint with the final DFT at 16.0 mils.

Clean the interior of tank, sand blast interior frames and bulkheads to a SP-10, apply two coats of International Interline 624 paint with the final DFT at 16.0 mils.

Install two (2) new sewage lift pumps model type Barnes 4XSHDG100N4, 10 horse power to the lids and piping and install into tank, using new gasket material and fasteners, connect wiring and perform operational test.

2.2 References

(1) DWG 27604-528-01 Rev B “Sewage System Diagram”, Sheet 1 (2) DWG 5100-528-11 Rev A “Sewage Discharge System Arrangement and Details”, Sheet 3 (3) 46 CFR Subchapter K “Small Passenger Vessels Carrying More Than 150 Passengers Or With Overnight Accommodations For More Than 49 Passengers"

References 1 and 2 can be found in Appendix A

Inter-island Ferry Authority Vessel Refurbishment Page 2-1 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 2 - REFURBISH SEWAGE TANK

2.3 Owner Furnished Equipment

None.

2.4 Major Contractor Furnished Equipment

Contractor-furnished equipment is required under this section consisting of two new sewage lift pumps, model type Barnes 4XSHDG100N4, 10 horse power and other miscellaneous new materials and components as required to complete the installation described under this section.

2.5 Requirements

While the vessel is dry docked, the Contractor shall perform all of the work tasks described in the Summary of Specific Requirements section of this work item.

2.5.1 General Requirements

All material and equipment permanently removed in conjunction with the work required under this section shall become the property of the Contractor upon removal and shall be disposed of off of the vessel.

All materials previously removed as interferences to the work shall be restored upon completion of the work in the affected areas in conformance with Section 0 of these Specifications. All removed and damaged materials in way of the steel plate replacement shall be restored using new materials. New materials shall match the removed and damaged materials with respect to material properties, finish, installation method and other characteristics reflecting the quality and composition of the original installation.

In addition to the requirements of this Section, all structural work shall comply with the General Structural Requirements of Section 0.11 of these specifications.

All welding shall be in accordance with Section 0.5 of these specifications and Reference (3). Ensure proper welding machine grounding is provided to prevent damage to other ship’s equipment.

2.5.2 Summary of Specific of Requirements

Primary tasks to be performed by the Contractor associated with the sewage tank refurbishment work include:

2.5.2.1 Removals 1) Remove and dispose of the two existing sewage lift pumps and associated hardware. To access pumps, temporarily remove the local shut off valve and

Inter-island Ferry Authority Vessel Refurbishment Page 2-2 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 2 - REFURBISH SEWAGE TANK

remove tank hatch with piping intact. Existing piping shall be reused for new pump.

2.5.2.2 Modifications 1) Modify the existing motor controller to suit the amp load of the new, upsized pumps.

2.5.2.3 Protection 1) Install DC plugs to all drains and vents in the tank. 2) Remove ultra sound tank level indicator on the forward end of the tank, cap hole. 3) Access openings (2) that are exposed after the removal of the pumps and access lids will be covered with a minimum of ¾" plywood or ¼" aluminum, with a ¼" neoprene rubber gasket to cover the full width and length of the opening. These covers shall be fastened down on the entire perimeter of the openings. 4) No blast equipment shall be allowed in the engine room. 5) The Owner shall inspect protections before blasting.

2.5.2.4 Installations 1) Install two new sewage lift pumps, 10 horse power Barnes 4XSHDG100N4 and mounting modifications necessary to accommodate their installation. Mount both panels on to mounting hardware and secure. Provide and install new gasket and fasteners on tank access hatch. 2) Reattach all cables to match as found condition. 3) Reinstall temporary removed local shut off valve with new gaskets.

2.5.2.5 Restorations 1) Clean interior of the sewage tank, sand blast interior frames and bulkheads to a SP-10, apply two coats of International Interline 624 paint. The primer coat shall be at 6.0 mils DFT and finish coat 10.0 mils DFT, for a total of 16.0 mils DFT. The Owner shall inspect DFT millage readings after the application of the first coat, and prior to application of the second. The Owner shall also inspect final DTF millage readings. 2) Clean and sand blast sewage tank access hatch (both sides) and attached piping from local shut off valve to sewage pump to SP-10, apply two coats of International Interline 624 paint. The primer coat shall be at 6.0 mils DFT and finish coat 10.0 mils DFT, for a total of 16.0 mils DFT. Restored piping and structure exterior to the tank may be prepared to SP-6 rather than SP- 10. The Owner shall inspect DFT millage readings after the application of

Inter-island Ferry Authority Vessel Refurbishment Page 2-3 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 2 - REFURBISH SEWAGE TANK

the first coat, and prior to application of the second. The Owner shall also inspect final DTF millage readings. 3) It is anticipated that two sand holes will be required to be cut into the tank to facilitate sand blasting. Sand holes shall be restored with new material matching the material removed and painted to match the surrounding structure at the conclusion of sand blasting. 4) All areas of disturbed coatings are to be prepared to SSPC-3 standards. 5) Coat disturbed areas with equivalent as-found paint system. 6) Contractor is responsible for costs associated with pump off and disposal of waste liquid volume present in the tank at vessel delivery. 7) Owner shall inspect all prepared areas before coatings are applied.

2.6 Coatings, Notices, and Markings The Contractor shall restore all coatings damaged or disturbed during the work described in this section in conformance with Section 0 of these Specifications.

The Contractor shall coat all new structure, materials, and equipment in conformance with Section 0 of these Specifications.

The Contractor shall provide and install notices, markings, and operating placards for the equipment and installations described in this section in conformance with Section 0 of these Specifications.

2.7 Inspections, Approvals, and Technical Documentation The Contractor shall have the Owner inspect all completed work.

Contractor shall set up, at pier face, sewage hoses from the discharge outlet on the vessel to the city sewage connection and run the pumps with a minimum of 25' head.

Sections 1A.6 and 1A.7 of these Specifications and Section 106 of the contract General Provisions provide further requirements regarding regulatory body inspections and requirements for certificates and other documentation associated with regulatory body certification processes.

Section 0 and Section 1C provide further requirements pertaining to schedule, drawings development and revision, material control, engineering, estimates, purchase technical specifications, signage, paint schedule, test memorandums, instruction books, equipment identification, and spare parts.

2.8 Testing The Contractor shall demonstrate to the Owner that all equipment furnished and installed is fully functional before work is deemed complete.

2.9 Training None. Inter-island Ferry Authority Vessel Refurbishment Page 2-4 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 2 - REFURBISH SEWAGE TANK

2.10 Spare Parts and Special Tools None.

2.11 Basis of Payment Contract items shall bid as follows:

Item No. Description Bid Basis Unit Quantity

4. Refurbish Sewage Tank Definite Item Lump Sum All req’d

Inter-island Ferry Authority Vessel Refurbishment Page 2-5 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 3 - BLAST AND PAINT POTABLE WATER TANK

SECTION 3 – BLAST AND PAINT POTABLE WATER TANK

(This is a definite bid item.)

This section requires that the Contractor blast and paint the vessel's potable water tank.

3.1 GENERAL SCOPE ...... 1 3.2 REFERENCES ...... 1 3.3 OWNER FURNISHED EQUIPMENT ...... 1 3.4 MAJOR CONTRACTOR FURNISHED EQUIPMENT ...... 1 3.5 REQUIREMENTS ...... 1 3.5.1 General Requirements ...... 1 3.5.2 Summary of Specific of Requirements ...... 2 3.6 COATINGS, NOTICES, AND MARKINGS ...... 3 3.7 INSPECTIONS, APPROVALS, AND TECHNICAL DOCUMENTATION ...... 3 3.8 TESTING ...... 3 3.9 TRAINING ...... 3 3.10 SPARE PARTS AND SPECIAL TOOLS ...... 3 3.11 BASIS OF PAYMENT ...... 3

3.1 General Scope

This section requires the Contractor to blast the potable water tanks to an SP-10 standard then fully repaint the structure and piping in the tanks with International Paint Interseal 670HS. All work items completed under this section are subject to USCG requirements as specified in Reference (1).

3.2 References (1) 46 CFR Subchapter K “Small Passenger Vessels Carrying More Than 150 Passengers Or With Overnight Accommodations For More Than 49 Passengers”

3.3 Owner Furnished Equipment None.

3.4 Major Contractor Furnished Equipment The Contractor shall furnish all paint and miscellaneous supplies needed to complete the work described in this section.

3.5 Requirements 3.5.1 General Requirements

All materials previously removed as interferences to the work shall be restored upon completion of the work in the affected areas in conformance with Section 0 of these Specifications. All removed and damaged materials in way of the steel plate replacement shall be restored using new materials. New materials shall match the removed and

Inter-island Ferry Authority Vessel Refurbishment Page 3-1 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 3 - BLAST AND PAINT POTABLE WATER TANK

damaged materials with respect to material properties, finish, installation method and other characteristics reflecting the quality and composition of the original installation.

In addition to the requirements of this Section, all structural work shall comply with the General Structural Requirements of Section 0.11 of these specifications.

All welding shall be in accordance with Section 0.5 of these specifications and Reference (1). Ensure proper welding machine grounding is provided to prevent damage to other ship’s equipment.

3.5.2 Summary of Specific of Requirements

Primary tasks to be performed by the Contractor associated with the potable water tank refurbishment work include:

3.5.2.1 Protection 1) Install DC plugs to all drains and vents in the tank. 2) Special care shall be taken to protect the Gems Suresite gage located on the tank bulkhead. 3) The Owner shall inspect protections before blasting.

3.5.2.2 Restorations 1) Clean the interior of potable water tank, sand blast interior frames and bulkheads to a SP-10, apply two coats of International Interseal 670HS paint at 5.0 mils DFT per application with the final DFT at 10.0 mils. Contractor shall follow the Curing and Ventilation Schedule for the International Paint Interseal 670HS. Curing schedule requires that tank shall be ventilated and kept at 77 degrees for 7 days after coating. Owner shall inspect DFT millage readings after the application of the first coat, and prior to application of the second. The Owner shall also inspect final DTF millage readings. 2) Clean and sand blast potable water tank access hatch (both sides) to SP-10, apply two coats of International Interseal 670HS paint at 5.0 mils DFT per application with the final DFT at 10.0 mils. Restored piping and structure exterior to the tank may be prepared to SP-6 rather than SP-10. Owner shall inspect DFT millage readings after the application of the first coat, and prior to application of the second. The Owner shall also inspect final DTF millage readings. 3) It is anticipated one sand hole will be required to be cut into the tank to facilitate sand blasting. Contractor shall use the existing man hole to the #2 void as a second sand hole, and the only required cut shall be into the starboard-side cofferdam. Cut sand hole shall be restored with new material matching the material removed and painted to match the surrounding structure at the conclusion of sand blasting.

Inter-island Ferry Authority Vessel Refurbishment Page 3-2 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 3 - BLAST AND PAINT POTABLE WATER TANK

4) All areas of disturbed coatings are to be prepared to SSPC-3 standards. 5) Coat disturbed areas with equivalent as-found paint system. 6) Contractor is responsible for costs associated with pump off and disposal of waste liquid volume present in the tank at vessel delivery. 7) Contractor shall flush tanks to USCG standards prior to delivery and return to service. 8) Owner shall inspect all prepared areas before coatings are applied.

3.6 Coatings, Notices, and Markings The Contractor shall restore all coatings damaged or disturbed during the work described in this section in conformance with Section 0 of these Specifications.

The Contractor shall coat all new structure, materials, and equipment in conformance with Section 0.13 of these Specifications.

The Contractor shall provide and install notices, markings, and operating placards for the equipment and installations disturbed by work described in this section in conformance with Section 0.17 of these Specifications.

3.7 Inspections, Approvals, and Technical Documentation The Contractor shall obtain Owner approval of all work before it is deemed complete.

Section 0 and Section 1C provide further requirements pertaining to schedule, drawings development and revision, material control, engineering, estimates, purchase technical specifications, signage, paint schedule, test memorandums, instruction books, equipment identification, and spare parts.

3.8 Testing The Contractor shall conduct testing in conformance with Contractor-developed test memorandums approved by the Owner and meeting test program requirements of Section 0 and Section 1C.13 of these Specifications. Test memorandums applicable to this section are listed in Section 1C.13.

Testing shall include operation tests for all installed, modified, or disturbed structure, machinery and equipment, systems, and materials in conformance with Section 0 of these Specifications.

3.9 Training None.

3.10 Spare Parts and Special Tools None.

3.11 Basis of Payment Contract items shall bid as follows: Inter-island Ferry Authority Vessel Refurbishment Page 3-3 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 3 - BLAST AND PAINT POTABLE WATER TANK

Item No. Description Bid Basis Unit Quantity

Definite Lump 5. Blast and Paint Potable Water Tanks All Req’d Item Sum

Inter-island Ferry Authority Vessel Refurbishment Page 3-4 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 4 – BLAST AND PAINT UNDERWATER BODY

SECTION 4– BLAST AND PAINT UNDERWATER BODY

(This is a definite bid item.)

This section requires that the Contractor blast and paint the full underwater body of the vessel.

4.1 GENERAL SCOPE ...... 1 4.2 REFERENCES ...... 1 4.3 OWNER FURNISHED EQUIPMENT ...... 1 4.4 MAJOR CONTRACTOR FURNISHED EQUIPMENT ...... 1 4.5 REQUIREMENTS ...... 2 4.5.1 General Requirements ...... 2 4.5.2 Summary of Specific of Requirements ...... 2 4.6 COATINGS, NOTICES, AND MARKINGS ...... 3 4.7 INSPECTIONS, APPROVALS, AND TECHNICAL DOCUMENTATION ...... 3 4.8 TESTING ...... 3 4.9 TRAINING ...... 3 4.10 SPARE PARTS AND SPECIAL TOOLS ...... 4 4.11 BASIS OF PAYMENT ...... 4

4.1 General Scope

This section requires the Contractor to fully blast and repaint the underwater hull of the vessel. The underwater hull shall be blasted to an SP-6 standard and a full fresh paint system, including anti-corrosive paint, shall be applied to the entire blasted area. All work items completed under this section are subject to USCG requirements as specified in Reference (2).

4.2 References

(1) DWG 33804-997-01-Rev A "Docking Plan" (2) 46 CFR Subchapter K “Small Passenger Vessels Carrying More Than 150 Passengers Or With Overnight Accommodations For More Than 49 Passengers

Reference 1 can be found in Appendix A.

4.3 Owner Furnished Equipment

None.

4.4 Major Contractor Furnished Equipment

The Contractor shall furnish all paint and miscellaneous supplies needed to complete the work described in this section.

Inter-island Ferry Authority Vessel Refurbishment Page 4-1 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 4 – BLAST AND PAINT UNDERWATER BODY

4.5 Requirements

4.5.1 General Requirements

All materials previously removed as interferences to the work shall be restored upon completion of the work in the affected areas in conformance with Section 0 of these Specifications. All removed and damaged materials in way of the steel plate replacement shall be restored using new materials. New materials shall match the removed and damaged materials with respect to material properties, finish, installation method and other characteristics reflecting the quality and composition of the original installation.

In addition to the requirements of this Section, all structural work shall comply with the General Structural Requirements of Section 0.11 of these specifications.

All welding shall be in accordance with Section 0.5 of these specifications and Reference (2). Ensure proper welding machine grounding is provided to prevent damage to other ship’s equipment.

4.5.2 Summary of Specific of Requirements

Primary tasks to be performed by the Contractor associated with the work include:

A. Protections 1) Special care shall be taken to protect keel coolers and other hull appendages from damage due to the blasting. 2) The Owner shall inspect protections before blasting.

B. Restorations

1) Remove all zincs from the underwater body. New zincs shall be installed at the conclusion of the work at the same locations as the removed zincs. See Reference (1) for guidance on quantity and location of zincs. 2) Clean the underwater body of the vessel using high pressure water, minimum 4500 PSI. Blast the entire body to a SP-6. Underwater body includes hull structure, rudders, bilge keels, sea chests, and bow thruster tunnels. If rudders or other structure is removed from the vessel at the time of painting as a result of a separate work item, rudders or other removed structure may be painted in a paint shop or other location to the standard described in this work item. 3) Apply the following anti-corrosive (AC) paint system to the entire underwater hull of the vessel: One full coat International Intershield 300 bronze AC paint at 6.0 mils DFT, one full coat International Intershield 300 aluminum AC paint at 6.0 mils DFT. The Owner shall inspect DFT millage readings after the application of the first coat, and prior to application of the second. The Owner shall also inspect final DTF millage readings.

Inter-island Ferry Authority Vessel Refurbishment Page 4-2 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 4 – BLAST AND PAINT UNDERWATER BODY

4) Apply two coats of anti-fouling (AF) paint, International Interspeed 640. The first coat shall be black at 5.0 mils DFT and the second red at 5.0 mils DFT. This paint shall be applied over the AC paint. Apply initial coat of anti- fouling while the last coat of Intershield 300 is tacky (Thumb Print Test). The Owner shall inspect DFT millage readings after the application of the first coat, and prior to application of the second. The Owner shall also inspect final DTF millage readings. 5) Fleet or "bump" vessel to expose area previously covered by side and keel blocks, and renew the paint on this area as well using the process described above. 6) Owner shall inspect all prepared areas before coatings are applied. 4.6 Coatings, Notices, and Markings

The Contractor shall restore all coatings damaged or disturbed during the work described in this section in conformance with Section 0 of these Specifications.

The Contractor shall coat all new structure, materials, and equipment in conformance with Section 0.13 of these Specifications.

The Contractor shall provide and install notices, markings, and operating placards for the equipment and installations disturbed by work described in this section in conformance with Section 0.17 of these Specifications.

4.7 Inspections, Approvals, and Technical Documentation

The Contractor shall obtain Owner approval of all work before it is deemed complete.

Section 0 and Section 1C provide further requirements pertaining to schedule, drawings development and revision, material control, engineering, estimates, purchase technical specifications, signage, paint schedule, test memorandums, instruction books, equipment identification, and spare parts.

4.8 Testing

The Contractor shall conduct testing in conformance with Contractor-developed test memorandums approved by the Owner and meeting test program requirements of Section 0 and Section 1C.13 of these Specifications. Test memorandums applicable to this section are listed in Section 1C.13.

Testing shall include operation tests for all installed, modified, or disturbed structure, machinery and equipment, systems, and materials in conformance with Section 0 of these Specifications.

4.9 Training

None.

Inter-island Ferry Authority Vessel Refurbishment Page 4-3 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 4 – BLAST AND PAINT UNDERWATER BODY

4.10 Spare Parts and Special Tools

None.

4.11 Basis of Payment

Contract items shall bid as follows:

Item No. Description Bid Basis Unit Quantity

Definite Lump 6. Blast and Paint Underwater Body All Req’d Item Sum

Inter-island Ferry Authority Vessel Refurbishment Page 4-4 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 5 – UPGRADE HVAC CONTROL SYSTEM

SECTION 5 - UPGRADE HVAC CONTROL SYSTEM

(This is a definite bid item.)

This section requires that the Contractor upgrade the control system for the HVAC system aboard the vessel.

5.1 GENERAL SCOPE ...... 1 5.2 REFERENCES ...... 1 5.3 OWNER FURNISHED EQUIPMENT ...... 1 5.4 MAJOR CONTRACTOR FURNISHED EQUIPMENT ...... 1 5.5 REQUIREMENTS ...... 2 5.5.1 General Requirements ...... 2 5.5.2 Summary of Specific Requirements ...... 3 5.5.2.1 System Upgrades ...... 3 5.6 COATINGS, NOTICES, AND MARKINGS ...... 3 5.7 INSPECTIONS, APPROVALS, AND TECHNICAL DOCUMENTATION ...... 3 5.8 TESTING ...... 3 5.9 TRAINING ...... 4 5.10 SPARE PARTS AND SPECIAL TOOLS ...... 4 5.11 BASIS OF PAYMENT ...... 4

5.1 General Scope

This section requires the Contractor to upgrade the controls for the HVAC system. This work shall be done by a subcontractor as specified in this work section. The Contractor shall provide the subcontractor will all support and assistance they require. All work completed under this section are subject to USCG requirements as specified in Reference (1).

5.2 References

(1) 46 CFR Subchapter K “Small Passenger Vessels Carrying More Than 150 Passengers Or With Overnight Accommodations For More Than 49 Passengers”

5.3 Owner Furnished Equipment

None.

5.4 Major Contractor Furnished Equipment

The Contractor shall secure the services of Callenberg Technology Group, who shall perform the work. Callenberg can be contacted using the information below:

Callenberg Technology Group 2785 N Commerce Parkway Miramar, FL 33025 Office: (954) 585-5800

Inter-island Ferry Authority Vessel Refurbishment Page 5-1 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 5 – UPGRADE HVAC CONTROL SYSTEM

The Contractor shall supply the following components for the HVAC Control System.

• 1 ABB HMI CP600 Panel System

• 3 ABB 500 PLC and appropriate IO modules, including power supplies

• TCP/IP Network system including routers, switches, cables, and connectors

• SD card and USB stick with SW backup for PLC and HMI

• Applicable Callenberg Source Codes will be used for the HVAC SCADA system

In addition, other miscellaneous new materials and components may be required to complete any renewal and upgrades required under this section

5.5 Requirements

All work in this section will be done at the direction and as overseen by a manufacturer approved technical representative. The technical representative shall be:

Callenberg Technology Group 2785 N Commerce Parkway Miramar, FL 33025 Office: (954) 585-5800

Contractor shall assist the technical representative as required to perform all work described in this section

5.5.1 General Requirements

All material and equipment permanently removed in conjunction with the work required under this section shall become the property of the Contractor upon removal and shall be disposed of off of the vessel.

All equipment, fixtures, and materials previously removed as interferences to the work shall be restored upon completion of the work in the affected areas in conformance with Section 0 of these Specifications. All removed and damaged materials in way of the removals and new installations shall be restored using new materials. New materials shall match the removed and damaged materials with respect to material properties, finish, installation method and other characteristics reflecting the quality and composition of the original installation.

All scaffolding and materials required for access and containment are to be provided by the Contractor.

In addition to the requirements of this Section, all structural work shall comply with the General Structural Requirements of Section 0.11 of these specifications. All welding shall be in accordance with Section 0.5 of these specifications and Reference (1).

Inter-island Ferry Authority Vessel Refurbishment Page 5-2 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 5 – UPGRADE HVAC CONTROL SYSTEM

5.5.2 Summary of Specific Requirements

Primary tasks to be performed by the Contractor associated with the HVAC control system are:

5.5.2.1 System Upgrades 1) Replace existing PC and Operating software with ABB CP600 HMI Panel system 2) Replace IFIX 2.5 with current software provided on CP600 software. 3) Replace obsolete AC31 GRAF PLC with ABB 500 PLC system including applicable ABB modules and TCP/IP network system. 4) Use updated Callenberg source code library for the new PLC and HMI Panel. 5) Create and Design approved HMI system- operator friendly and fully functional- with event and alarm data logging.

5.6 Coatings, Notices, and Markings

The Contractor shall restore all coatings damaged or disturbed during the work described in this section in conformance with Section 0 of these Specifications.

The Contractor shall coat all new structure, materials, and equipment in conformance with Section 0.13 of these Specifications.

The Contractor shall provide and install notices, markings, and operating placards for the equipment and installations disturbed by work described in this section in conformance with Section 0.17 of these Specifications.

5.7 Inspections, Approvals, and Technical Documentation

The Contractor shall obtain Owner and Technical Representative approval of all work before it is deemed complete. A service report is to be obtained from the technical representative and provided to the Owner upon completion of this work.

Sections 1A.6 and 1A.7 of these Specifications and Section 106 of the contract General Provisions provide further requirements regarding regulatory body inspections and requirements for certificates and other documentation associated with regulatory body certification processes.

Section 0 and Section 1C provide further requirements pertaining to schedule, drawings development and revision, material control, engineering, estimates, purchase technical specifications, signage, paint schedule, test memorandums, instruction books, equipment identification, and spare parts.

5.8 Testing

The Contractor shall conduct testing in conformance with Contractor-developed test memorandums approved by the Owner and meeting test program requirements of Section 0

Inter-island Ferry Authority Vessel Refurbishment Page 5-3 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192 TECHNICAL SPECIFICATIONS SECTION 5 – UPGRADE HVAC CONTROL SYSTEM

and Section 1C.13 of these Specifications. Test memorandums applicable to this section are listed in Section 1C.13.

Testing shall include equipment installation and operation tests for all installed, modified, or disturbed structure, machinery and equipment, systems, and materials in conformance with Section 0 of these Specifications.

The Contractor shall operationally test and demonstrate proper operation and performance of the equipment and installations described in this section with respect to design functions, features, and capabilities as identified in the equipment instruction books (operating manuals), USCG regulations and these Specifications. Operational testing shall also include all applicable manufacturer specified installation and functional testing. Manufacturer testing shall be incorporated in contractor developed test memorandums, clearly identified as manufacturer testing requirements, and approved by the Owner.

5.9 Training

None.

5.10 Spare Parts and Special Tools

None.

5.11 Basis of Payment

Contract items shall bid as follows:

Item No. Description Bid Basis Unit Quantity

Definite Lump 7. Upgrade HVAC Control System All Req’d Item Sum

Inter-island Ferry Authority Vessel Refurbishment Page 5-4 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192

Appendix A

Stikine Reference Drawings

Inter-island Ferry Authority Vessel Refurbishment Page 1 Alaska Marine Highway System 5/16/18 ADOT & PF Project No. SFHWY00192

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES REQUIRED CONTRACT PROVISIONS for FEDERAL-AID (FHWA) CONSTRUCTION CONTRACTS

FHWA-1273 -- Revised May 1, 2012 Supplement , Cargo Preference Act – Effective February 15, 2016

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

immediate superintendence and to all work performed on the I. General contract by piecework, station work, or by subcontract. II. Nondiscrimination III. Nonsegregated Facilities 3. A breach of any of the stipulations contained in these IV. Davis-Bacon and Related Act Provisions Required Contract Provisions may be sufficient grounds for V. Contract Work Hours and Safety Standards Act withholding of progress payments, withholding of final Provisions payment, termination of the contract, suspension / debarment VI. Subletting or Assigning the Contract or any other action determined to be appropriate by the VII. Safety: Accident Prevention contracting agency and FHWA. VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water 4. Selection of Labor: During the performance of this contract, Pollution Control Act the contractor shall not use convict labor for any purpose X. Compliance with Governmentwide Suspension and within the limits of a construction project on a Federal-aid Debarment Requirements highway unless it is labor performed by convicts who are on XI. Certification Regarding Use of Contract Funds for parole, supervised release, or probation. The term Federal-aid Lobbying highway does not include roadways functionally classified as local roads or rural minor collectors. ATTACHMENTS II. NONDISCRIMINATION A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access The provisions of this section related to 23 CFR Part 230 are Road Contracts (included in Appalachian contracts only) applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The I. GENERAL provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding In addition, the contractor and all subcontractors must comply emergency contracts solely intended for debris removal). The with the following policies: Executive Order 11246, 41 CFR 60, contractor (or subcontractor) must insert this form in each 29 CFR 1625-1627, Title 23 USC Section 140, the subcontract and further require its inclusion in all lower tier Rehabilitation Act of 1973, as amended (29 USC 794), Title VI subcontracts (excluding purchase orders, rental agreements of the Civil Rights Act of 1964, as amended, and related and other agreements for supplies or services). regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase The contractor and all subcontractors must comply with: the order, rental agreement or agreement for other services. The requirements of the Equal Opportunity Clause in 41 CFR 60- prime contractor shall be responsible for compliance by any 1.4(b) and, for all construction contracts exceeding $10,000, subcontractor, lower-tier subcontractor or service provider. the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Form FHWA-1273 must be included in all Federal-aid design- build contracts, in all subcontracts and in lower tier Note: The U.S. Department of Labor has exclusive authority to subcontracts (excluding subcontracts for design services, determine compliance with Executive Order 11246 and the purchase orders, rental agreements and other agreements for policies of the Secretary of Labor including 41 CFR 60, and 29 supplies or services). The design-builder shall be responsible CFR 1625-1627. The contracting agency and the FHWA have for compliance by any subcontractor, lower-tier subcontractor the authority and the responsibility to ensure compliance with or service provider. Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of Contracting agencies may reference Form FHWA-1273 in bid 1964, as amended, and related regulations including 49 CFR proposal or request for proposal documents, however, the Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier The following provision is adopted from 23 CFR 230, Appendix subcontracts (excluding purchase orders, rental agreements A, with appropriate revisions to conform to the U.S. and other agreements for supplies or services related to a Department of Labor (US DOL) and FHWA requirements. construction contract). 1. Equal Employment Opportunity: Equal employment 2. Subject to the applicability criteria noted in the following opportunity (EEO) requirements not to discriminate and to take sections, these contract provisions shall apply to all work affirmative action to assure equal opportunity as set forth performed on the contract by the contractor's own organization under laws, executive orders, rules, regulations (28 CFR 35, and with the assistance of workers under the contractor's 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27)

Form 25D-55 H (Form FHWA-1273) (2/16) 1

and orders of the Secretary of Labor as modified by the employees by means of meetings, employee handbooks, or provisions prescribed herein, and imposed pursuant to 23 other appropriate means. U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under 4. Recruitment: When advertising for employees, the this contract. The provisions of the Americans with Disabilities contractor will include in all advertisements for employees the Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR notation: "An Equal Opportunity Employer." All such 35 and 29 CFR 1630 are incorporated by reference in this advertisements will be placed in publications having a large contract. In the execution of this contract, the contractor circulation among minorities and women in the area from agrees to comply with the following minimum specific which the project work force would normally be derived. requirement activities of EEO: a. The contractor will, unless precluded by a valid a. The contractor will work with the contracting agency and bargaining agreement, conduct systematic and direct the Federal Government to ensure that it has made every recruitment through public and private employee referral good faith effort to provide equal opportunity with respect to all sources likely to yield qualified minorities and women. To of its terms and conditions of employment and in their review meet this requirement, the contractor will identify sources of of activities under the contract. potential minority group employees, and establish with such identified sources procedures whereby minority and women b. The contractor will accept as its operating policy the applicants may be referred to the contractor for employment following statement: consideration.

"It is the policy of this Company to assure that applicants b. In the event the contractor has a valid bargaining are employed, and that employees are treated during agreement providing for exclusive hiring hall referrals, the employment, without regard to their race, religion, sex, color, contractor is expected to observe the provisions of that national origin, age or disability. Such action shall include: agreement to the extent that the system meets the contractor's employment, upgrading, demotion, or transfer; recruitment or compliance with EEO contract provisions. Where recruitment advertising; layoff or termination; rates of pay or implementation of such an agreement has the effect of other forms of compensation; and selection for training, discriminating against minorities or women, or obligates the including apprenticeship, pre-apprenticeship, and/or on-the- contractor to do the same, such implementation violates job training." Federal nondiscrimination provisions.

2. EEO Officer: The contractor will designate and make c. The contractor will encourage its present employees to known to the contracting officers an EEO Officer who will have refer minorities and women as applicants for employment. the responsibility for and must be capable of effectively Information and procedures with regard to referring such administering and promoting an active EEO program and who applicants will be discussed with employees. must be assigned adequate authority and responsibility to do so. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and 3. Dissemination of Policy: All members of the contractor's personnel actions of every type, including hiring, upgrading, staff who are authorized to hire, supervise, promote, and promotion, transfer, demotion, layoff, and termination, shall be discharge employees, or who recommend such action, or who taken without regard to race, color, religion, sex, national are substantially involved in such action, will be made fully origin, age or disability. The following procedures shall be cognizant of, and will implement, the contractor's EEO policy followed: and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above a. The contractor will conduct periodic inspections of project agreement will be met, the following actions will be taken as a sites to insure that working conditions and employee facilities minimum: do not indicate discriminatory treatment of project site personnel. a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then b. The contractor will periodically evaluate the spread of not less often than once every six months, at which time the wages paid within each classification to determine any contractor's EEO policy and its implementation will be evidence of discriminatory wage practices. reviewed and explained. The meetings will be conducted by the EEO Officer. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of b. All new supervisory or personnel office employees will be discrimination. Where evidence is found, the contractor will given a thorough indoctrination by the EEO Officer, covering promptly take corrective action. If the review indicates that the all major aspects of the contractor's EEO obligations within discrimination may extend beyond the actions reviewed, such thirty days following their reporting for duty with the contractor. corrective action shall include all affected persons.

c. All personnel who are engaged in direct recruitment for d. The contractor will promptly investigate all complaints of the project will be instructed by the EEO Officer in the alleged discrimination made to the contractor in connection contractor's procedures for locating and hiring minorities and with its obligations under this contract, will attempt to resolve women. such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the d. Notices and posters setting forth the contractor's EEO discrimination may affect persons other than the complainant, policy will be placed in areas readily accessible to employees, such corrective action shall include such other persons. Upon applicants for employment and potential employees. completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of 6. Training and Promotion:

Form 25D-55 H (Form FHWA-1273) (2/16) 2

a. The contractor will assist in locating, qualifying, and 8. Reasonable Accommodation for Applicants / increasing the skills of minorities and women who are Employees with Disabilities: The contractor must be familiar applicants for employment or current employees. Such efforts with the requirements for and comply with the Americans with should be aimed at developing full journey level status Disabilities Act and all rules and regulations established there employees in the type of trade or job classification involved. under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an b. Consistent with the contractor's work force requirements undue hardship. and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., 9. Selection of Subcontractors, Procurement of Materials apprenticeship, and on-the-job training programs for the and Leasing of Equipment: The contractor shall not geographical area of contract performance. In the event a discriminate on the grounds of race, color, religion, sex, special provision for training is provided under this contract, national origin, age or disability in the selection and retention this subparagraph will be superseded as indicated in the of subcontractors, including procurement of materials and special provision. The contracting agency may reserve leases of equipment. The contractor shall take all necessary training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the in accordance with 23 U.S.C. 140(a). administration of this contract.

c. The contractor will advise employees and applicants for a. The contractor shall notify all potential subcontractors and employment of available training programs and entrance suppliers and lessors of their EEO obligations under this requirements for each. contract.

d. The contractor will periodically review the training and b. The contractor will use good faith efforts to ensure promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations. women and will encourage eligible employees to apply for such training and promotion. 10. Assurance Required by 49 CFR 26.13(b): 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good a. The requirements of 49 CFR Part 26 and the State faith efforts to obtain the cooperation of such unions to DOT’s U.S. DOT-approved DBE program are incorporated by increase opportunities for minorities and women. Actions by reference. the contractor, either directly or through a contractor's association acting as agent, will include the procedures set b. The contractor or subcontractor shall not discriminate on forth below: the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out a. The contractor will use good faith efforts to develop, in applicable requirements of 49 CFR Part 26 in the award and cooperation with the unions, joint training programs aimed administration of DOT-assisted contracts. Failure by the toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach in the unions and increasing the skills of minorities and women of this contract, which may result in the termination of this so that they may qualify for higher paying employment. contract or such other remedy as the contracting agency deems appropriate. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such 11. Records and Reports: The contractor shall keep such union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO regard to their race, color, religion, sex, national origin, age or requirements. Such records shall be retained for a period of disability. three years following the date of the final payment to the contractor for all contract work and shall be available at c. The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized practices and policies of the labor union except that to the representatives of the contracting agency and the FHWA. extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such a. The records kept by the contractor shall document the information to the contractor, the contractor shall so certify to following: the contracting agency and shall set forth what efforts have been made to obtain such information. (1) The number and work hours of minority and non- minority group members and women employed in each work d. In the event the union is unable to provide the contractor classification on the project; with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, (2) The progress and efforts being made in cooperation through independent recruitment efforts, fill the employment with unions, when applicable, to increase employment vacancies without regard to race, color, religion, sex, national opportunities for minorities and women; and origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union (3) The progress and efforts being made in locating, hiring, to provide sufficient referrals (even though it is obligated to training, qualifying, and upgrading minorities and women; provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the b. The contractors and subcontractors will submit an annual requirements of this paragraph. In the event the union referral report to the contracting agency each July for the duration of practice prevents the contractor from meeting the obligations the project, indicating the number of minority, women, and pursuant to Executive Order 11246, as amended, and these non-minority group employees currently engaged in each work special provisions, such contractor shall immediately notify the classification required by the contract work. This information is contracting agency. to be reported on Form FHWA-1391. The staffing data should

Form 25D-55 H (Form FHWA-1273) (2/16) 3

represent the project work force on board in all or any part of Contributions made or costs reasonably anticipated for bona the last payroll period preceding the end of July. If on-the-job fide fringe benefits under section 1(b)(2) of the Davis-Bacon training is being required by special provision, the contractor Act on behalf of laborers or mechanics are considered wages will be required to collect and report training data. The paid to such laborers or mechanics, subject to the provisions employment data should reflect the work force on board during of paragraph 1.d. of this section; also, regular contributions all or any part of the last payroll period preceding the end of made or costs incurred for more than a weekly period (but not July. less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. III. NONSEGREGATED FACILITIES Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for This provision is applicable to all Federal-aid construction the classification of work actually performed, without regard to contracts and to all related construction subcontracts of skill, except as provided in 29 CFR 5.5(a)(4). Laborers or $10,000 or more. mechanics performing work in more than one classification may be compensated at the rate specified for each The contractor must ensure that facilities provided for classification for the time actually worked therein: Provided, employees are provided in such a manner that segregation on That the employer's payroll records accurately set forth the the basis of race, color, religion, sex, or national origin cannot time spent in each classification in which work is performed. result. The contractor may neither require such segregated The wage determination (including any additional classification use by written or oral policies nor tolerate such use by and wage rates conformed under paragraph 1.b. of this employee custom. The contractor's obligation extends further section) and the Davis-Bacon poster (WH–1321) shall be to ensure that its employees are not assigned to perform their posted at all times by the contractor and its subcontractors at services at any location, under the contractor's control, where the site of the work in a prominent and accessible place where the facilities are segregated. The term "facilities" includes it can be easily seen by the workers. waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other b. (1) The contracting officer shall require that any class of storage or dressing areas, parking lots, drinking fountains, laborers or mechanics, including helpers, which is not listed in recreation or entertainment areas, transportation, and housing the wage determination and which is to be employed under the provided for employees. The contractor shall provide separate contract shall be classified in conformance with the wage or single-user restrooms and necessary dressing or sleeping determination. The contracting officer shall approve an areas to assure privacy between sexes. additional classification and wage rate and fringe benefits

therefore only when the following criteria have been met:

IV. DAVIS-BACON AND RELATED ACT PROVISIONS (i) The work to be performed by the classification requested is not performed by a classification in the wage This section is applicable to all Federal-aid construction determination; and projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of- (ii) The classification is utilized in the area by the way of a roadway that is functionally classified as Federal-aid construction industry; and highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. (iii) The proposed wage rate, including any bona fide Contracting agencies may elect to apply these requirements to fringe benefits, bears a reasonable relationship to the other projects. wage rates contained in the wage determination.

The following provisions are from the U.S. Department of (2) If the contractor and the laborers and mechanics to be Labor regulations in 29 CFR 5.5 “Contract provisions and employed in the classification (if known), or their related matters” with minor revisions to conform to the FHWA- representatives, and the contracting officer agree on the 1273 format and FHWA program requirements. classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of 1. Minimum wages the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, a. All laborers and mechanics employed or working upon Washington, DC 20210. The Administrator, or an authorized the site of the work, will be paid unconditionally and not less representative, will approve, modify, or disapprove every often than once a week, and without subsequent deduction or additional classification action within 30 days of receipt and rebate on any account (except such payroll deductions as are so advise the contracting officer or will notify the contracting permitted by regulations issued by the Secretary of Labor officer within the 30-day period that additional time is under the Copeland Act (29 CFR part 3)), the full amount of necessary. wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the (3) In the event the contractor, the laborers or mechanics Secretary of Labor which is attached hereto and made a part to be employed in the classification or their representatives, hereof, regardless of any contractual relationship which may and the contracting officer do not agree on the proposed be alleged to exist between the contractor and such laborers classification and wage rate (including the amount and mechanics. designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for

Form 25D-55 H (Form FHWA-1273) (2/16) 4

determination. The Wage and Hour Administrator, or an the wages of any laborer or mechanic include the amount of authorized representative, will issue a determination within any costs reasonably anticipated in providing benefits under a 30 days of receipt and so advise the contracting officer or plan or program described in section 1(b)(2)(B) of the Davis- will notify the contracting officer within the 30-day period that Bacon Act, the contractor shall maintain records which show additional time is necessary. that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the (4) The wage rate (including fringe benefits where laborers or mechanics affected, and records which show the appropriate) determined pursuant to paragraphs 1.b.(2) or costs anticipated or the actual cost incurred in providing such 1.b.(3) of this section, shall be paid to all workers performing benefits. Contractors employing apprentices or trainees under work in the classification under this contract from the first approved programs shall maintain written evidence of the day on which work is performed in the classification. registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and c. Whenever the minimum wage rate prescribed in the trainees, and the ratios and wage rates prescribed in the contract for a class of laborers or mechanics includes a fringe applicable programs. benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination b. (1) The contractor shall submit weekly for each week in or shall pay another bona fide fringe benefit or an hourly cash which any contract work is performed a copy of all payrolls to equivalent thereof. the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be d. If the contractor does not make payments to a trustee or maintained under 29 CFR 5.5(a)(3)(i), except that full social other third person, the contractor may consider as part of the security numbers and home addresses shall not be included wages of any laborer or mechanic the amount of any costs on weekly transmittals. Instead the payrolls shall only need to reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee ( under a plan or program, Provided, That the Secretary of e.g. , the last four digits of the employee's social security Labor has found, upon the written request of the contractor, number). The required weekly payroll information may be that the applicable standards of the Davis-Bacon Act have submitted in any form desired. Optional Form WH–347 is been met. The Secretary of Labor may require the contractor available for this purpose from the Wage and Hour Division to set aside in a separate account assets for the meeting of Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm obligations under the plan or program. or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social 2. Withholding security number and current address of each covered worker, and shall provide them upon request to the contracting agency The contracting agency shall upon its own action or upon for transmission to the State DOT, the FHWA or the Wage and written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an Department of Labor, withhold or cause to be withheld from investigation or audit of compliance with prevailing wage the contractor under this contract, or any other Federal requirements. It is not a violation of this section for a prime contract with the same prime contractor, or any other federally- contractor to require a subcontractor to provide addresses and assisted contract subject to Davis-Bacon prevailing wage social security numbers to the prime contractor for its own requirements, which is held by the same prime contractor, so records, without weekly submission to the contracting agency.. much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, (2) Each payroll submitted shall be accompanied by a including apprentices, trainees, and helpers, employed by the “Statement of Compliance,” signed by the contractor or contractor or any subcontractor the full amount of wages subcontractor or his or her agent who pays or supervises the required by the contract. In the event of failure to pay any payment of the persons employed under the contract and shall laborer or mechanic, including any apprentice, trainee, or certify the following: helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as (i) That the payroll for the payroll period contains the may be necessary to cause the suspension of any further information required to be provided under §5.5 (a)(3)(ii) of payment, advance, or guarantee of funds until such violations Regulations, 29 CFR part 5, the appropriate information is have ceased. being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; 3. Payrolls and basic records

(ii) That each laborer or mechanic (including each a. Payrolls and basic records relating thereto shall be helper, apprentice, and trainee) employed on the contract maintained by the contractor during the course of the work and during the payroll period has been paid the full weekly preserved for a period of three years thereafter for all laborers wages earned, without rebate, either directly or indirectly, and mechanics working at the site of the work. Such records and that no deductions have been made either directly or shall contain the name, address, and social security number of indirectly from the full wages earned, other than each such worker, his or her correct classification, hourly rates permissible deductions as set forth in Regulations, 29 CFR of wages paid (including rates of contributions or costs part 3; anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, (iii) That each laborer or mechanic has been paid not deductions made and actual wages paid. Whenever the less than the applicable wage rates and fringe benefits or Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that cash equivalents for the classification of work performed,

Form 25D-55 H (Form FHWA-1273) (2/16) 5

as specified in the applicable wage determination Every apprentice must be paid at not less than the rate incorporated into the contract. specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. (3) The weekly submission of a properly executed Apprentices shall be paid fringe benefits in accordance with certification set forth on the reverse side of Optional Form the provisions of the apprenticeship program. If the WH–347 shall satisfy the requirement for submission of the apprenticeship program does not specify fringe benefits, “Statement of Compliance” required by paragraph 3.b.(2) of apprentices must be paid the full amount of fringe benefits this section. listed on the wage determination for the applicable classification. If the Administrator determines that a different (4) The falsification of any of the above certifications may practice prevails for the applicable apprentice classification, subject the contractor or subcontractor to civil or criminal fringes shall be paid in accordance with that determination. prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency c. The contractor or subcontractor shall make the records recognized by the Office, withdraws approval of an required under paragraph 3.a. of this section available for apprenticeship program, the contractor will no longer be inspection, copying, or transcription by authorized permitted to utilize apprentices at less than the applicable representatives of the contracting agency, the State DOT, the predetermined rate for the work performed until an acceptable FHWA, or the Department of Labor, and shall permit such program is approved. representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the b. Trainees (programs of the USDOL). required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to Except as provided in 29 CFR 5.16, trainees will not be cause the suspension of any further payment, advance, or permitted to work at less than the predetermined rate for the guarantee of funds. Furthermore, failure to submit the required work performed unless they are employed pursuant to and records upon request or to make such records available may individually registered in a program which has received prior be grounds for debarment action pursuant to 29 CFR 5.12. approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. 4. Apprentices and trainees

The ratio of trainees to journeymen on the job site shall not be a. Apprentices (programs of the USDOL). greater than permitted under the plan approved by the Employment and Training Administration. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are Every trainee must be paid at not less than the rate specified employed pursuant to and individually registered in a bona fide in the approved program for the trainee's level of progress, apprenticeship program registered with the U.S. Department of expressed as a percentage of the journeyman hourly rate Labor, Employment and Training Administration, Office of specified in the applicable wage determination. Trainees shall Apprenticeship Training, Employer and Labor Services, or with be paid fringe benefits in accordance with the provisions of the a State Apprenticeship Agency recognized by the Office, or if a trainee program. If the trainee program does not mention person is employed in his or her first 90 days of probationary fringe benefits, trainees shall be paid the full amount of fringe employment as an apprentice in such an apprenticeship benefits listed on the wage determination unless the program, who is not individually registered in the program, but Administrator of the Wage and Hour Division determines that who has been certified by the Office of Apprenticeship there is an apprenticeship program associated with the Training, Employer and Labor Services or a State corresponding journeyman wage rate on the wage Apprenticeship Agency (where appropriate) to be eligible for determination which provides for less than full fringe benefits probationary employment as an apprentice. for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan The allowable ratio of apprentices to journeymen on the job approved by the Employment and Training Administration shall site in any craft classification shall not be greater than the ratio be paid not less than the applicable wage rate on the wage permitted to the contractor as to the entire work force under determination for the classification of work actually performed. the registered program. Any worker listed on a payroll at an In addition, any trainee performing work on the job site in apprentice wage rate, who is not registered or otherwise excess of the ratio permitted under the registered program employed as stated above, shall be paid not less than the shall be paid not less than the applicable wage rate on the applicable wage rate on the wage determination for the wage determination for the work actually performed. classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the In the event the Employment and Training Administration ratio permitted under the registered program shall be paid not withdraws approval of a training program, the contractor will no less than the applicable wage rate on the wage determination longer be permitted to utilize trainees at less than the for the work actually performed. Where a contractor is applicable predetermined rate for the work performed until an performing construction on a project in a locality other than acceptable program is approved. that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered c. Equal employment opportunity. The utilization of program shall be observed. apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity

Form 25D-55 H (Form FHWA-1273) (2/16) 6

requirements of Executive Order 11246, as amended, and 29 CFR part 30. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT d. Apprentices and Trainees (programs of the U.S. DOT).

The following clauses apply to any Federal-aid construction Apprentices and trainees working under apprenticeship and contract in an amount in excess of $100,000 and subject to the skill training programs which have been certified by the overtime provisions of the Contract Work Hours and Safety Secretary of Transportation as promoting EEO in connection Standards Act. These clauses shall be inserted in addition to with Federal-aid highway construction programs are not the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As subject to the requirements of paragraph 4 of this Section IV. used in this paragraph, the terms laborers and mechanics The straight time hourly wage rates for apprentices and include watchmen and guards. trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of 1. Overtime requirements. No contractor or subcontractor the particular program. contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any The 5. Compliance with Copeland Act requirements. workweek in which he or she is employed on such work to contractor shall comply with the requirements of 29 CFR part work in excess of forty hours in such workweek unless such 3, which are incorporated by reference in this contract. laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours 6. Subcontracts. The contractor or subcontractor shall insert worked in excess of forty hours in such workweek. Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier 2. Violation; liability for unpaid wages; liquidated subcontracts. The prime contractor shall be responsible for the damages. In the event of any violation of the clause set forth compliance by any subcontractor or lower tier subcontractor in paragraph (1.) of this section, the contractor and any with all the contract clauses in 29 CFR 5.5. subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor 7. Contract termination: debarment. A breach of the shall be liable to the United States (in the case of work done contract clauses in 29 CFR 5.5 may be grounds for termination under contract for the District of Columbia or a territory, to such of the contract, and for debarment as a contractor and a District or to such territory), for liquidated damages. Such subcontractor as provided in 29 CFR 5.12. liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in 8. Compliance with Davis-Bacon and Related Act paragraph (1.) of this section, in the sum of $10 for each requirements. All rulings and interpretations of the Davis- calendar day on which such individual was required or Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 permitted to work in excess of the standard workweek of forty are herein incorporated by reference in this contract. hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not 3. Withholding for unpaid wages and liquidated damages. be subject to the general disputes clause of this contract. Such The FHWA or the contacting agency shall upon its own action disputes shall be resolved in accordance with the procedures or upon written request of an authorized representative of the of the Department of Labor set forth in 29 CFR parts 5, 6, and Department of Labor withhold or cause to be withheld, from 7. Disputes within the meaning of this clause include disputes any moneys payable on account of work performed by the between the contractor (or any of its subcontractors) and the contractor or subcontractor under any such contract or any contracting agency, the U.S. Department of Labor, or the other Federal contract with the same prime contractor, or any employees or their representatives. other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same 10. Certification of eligibility. prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as a. By entering into this contract, the contractor certifies that provided in the clause set forth in paragraph (2.) of this neither it (nor he or she) nor any person or firm who has an section. interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the b. No part of this contract shall be subcontracted to any person subcontractors to include these clauses in any lower tier or firm ineligible for award of a Government contract by virtue subcontracts. The prime contractor shall be responsible for of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this c. The penalty for making false statements is prescribed in the section. U.S. Criminal Code, 18 U.S.C. 1001.

Form 25D-55 H (Form FHWA-1273) (2/16) 7

evidenced in writing and that it contains all pertinent provisions VI. SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime contract.

This provision is applicable to all Federal-aid construction 5. The 30% self-performance requirement of paragraph (1) is contracts on the National Highway System. not applicable to design-build contracts; however, contracting agencies may establish their own self-performance 1. The contractor shall perform with its own organization requirements. contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items VII. SAFETY: ACCIDENT PREVENTION designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such This provision is applicable to all Federal-aid construction specialty items performed may be deducted from the total contracts and to all related subcontracts. original contract price before computing the amount of work required to be performed by the contractor's own organization 1. In the performance of this contract the contractor shall (23 CFR 635.116). comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The a. The term “perform work with its own organization” refers contractor shall provide all safeguards, safety devices and to workers employed or leased by the prime contractor, and protective equipment and take any other needed actions as it equipment owned or rented by the prime contractor, with or determines, or as the contracting officer may determine, to be without operators. Such term does not include employees or reasonably necessary to protect the life and health of equipment of a subcontractor or lower tier subcontractor, employees on the job and the safety of the public and to agents of the prime contractor, or any other assignees. The protect property in connection with the performance of the term may include payments for the costs of hiring leased work covered by the contract. employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased 2. It is a condition of this contract, and shall be made a employees may only be included in this term if the prime condition of each subcontract, which the contractor enters into contractor meets all of the following conditions: pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance (1) the prime contractor maintains control over the of the contract, to work in surroundings or under conditions supervision of the day-to-day activities of the leased which are unsanitary, hazardous or dangerous to his/her employees; health or safety, as determined under construction safety and (2) the prime contractor remains responsible for the quality health standards (29 CFR 1926) promulgated by the Secretary of the work of the leased employees; of Labor, in accordance with Section 107 of the Contract Work (3) the prime contractor retains all power to accept or Hours and Safety Standards Act (40 U.S.C. 3704). exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract the payment of predetermined minimum wages, the that the Secretary of Labor or authorized representative submission of payrolls, statements of compliance and all thereof, shall have right of entry to any site of contract other Federal regulatory requirements. performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry b. "Specialty Items" shall be construed to be limited to work out the duties of the Secretary under Section 107 of the that requires highly specialized knowledge, abilities, or Contract Work Hours and Safety Standards Act (40 equipment not ordinarily available in the type of contracting U.S.C.3704). organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of This provision is applicable to all Federal-aid construction material and manufactured products which are to be contracts and to all related subcontracts. purchased or produced by the contractor under the contract provisions. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high 3. The contractor shall furnish (a) a competent superintendent degree of reliability on statements and representations made or supervisor who is employed by the firm, has full authority to by engineers, contractors, suppliers, and workers on Federal- direct performance of the work in accordance with the contract aid highway projects, it is essential that all persons concerned requirements, and is in charge of all construction operations with the project perform their functions as carefully, thoroughly, (regardless of who performs the work) and (b) such other of its and honestly as possible. Willful falsification, distortion, or own organizational resources (supervision, management, and misrepresentation with respect to any facts related to the engineering services) as the contracting officer determines is project is a violation of Federal law. To prevent any necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each 4. No portion of the contract shall be sublet, assigned or Federal-aid highway project (23 CFR 635) in one or more otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned contracting officer, or authorized representative, and such with the project: consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the 18 U.S.C. 1020 reads as follows: contracting agency has assured that each subcontract is

Form 25D-55 H (Form FHWA-1273) (2/16) 8

"Whoever, being an officer, agent, or employee of the United covered transaction. The prospective first tier participant shall States, or of any State or Territory, or whoever, whether a submit an explanation of why it cannot provide the certification person, association, firm, or corporation, knowingly makes any set out below. The certification or explanation will be false statement, false representation, or false report as to the considered in connection with the department or agency's character, quality, quantity, or cost of the material used or to determination whether to enter into this transaction. However, be used, or the quantity or quality of the work performed or to failure of the prospective first tier participant to furnish a be performed, or the cost thereof in connection with the certification or an explanation shall disqualify such a person submission of plans, maps, specifications, contracts, or costs from participation in this transaction. of construction on any highway or related project submitted for approval to the Secretary of Transportation; or c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting Whoever knowingly makes any false statement, false agency determined to enter into this transaction. If it is later representation, false report or false claim with respect to the determined that the prospective participant knowingly rendered character, quality, quantity, or cost of any work performed or to an erroneous certification, in addition to other remedies be performed, or materials furnished or to be furnished, in available to the Federal Government, the contracting agency connection with the construction of any highway or related may terminate this transaction for cause of default. project approved by the Secretary of Transportation; or d. The prospective first tier participant shall provide Whoever knowingly makes any false statement or false immediate written notice to the contracting agency to whom representation as to material fact in any statement, certificate, this proposal is submitted if any time the prospective first tier or report submitted pursuant to provisions of the Federal-aid participant learns that its certification was erroneous when Roads Act approved July 1, 1916, (39 Stat. 355), as amended submitted or has become erroneous by reason of changed and supplemented; circumstances.

Shall be fined under this title or imprisoned not more than 5 e. The terms "covered transaction," "debarred," years or both." "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions” refers to any covered transaction between a WATER POLLUTION CONTROL ACT grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered This provision is applicable to all Federal-aid construction Transactions” refers to any covered transaction under a First contracts and to all related subcontracts. Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a By submission of this bid/proposal or the execution of this covered transaction with a grantee or subgrantee of Federal contract, or subcontract, as appropriate, the bidder, proposer, funds (such as the prime or general contractor). “Lower Tier Federal-aid construction contractor, or subcontractor, as Participant” refers any participant who has entered into a appropriate, will be deemed to have stipulated as follows: covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an f. The prospective first tier participant agrees by submitting award due to a violation of Section 508 of the Clean Water Act this proposal that, should the proposed covered transaction be or Section 306 of the Clean Air Act. entered into, it shall not knowingly enter into any lower tier 2. That the contractor agrees to include or cause to be covered transaction with a person who is debarred, included the requirements of paragraph (1) of this Section X in suspended, declared ineligible, or voluntarily excluded from every subcontract, and further agrees to take such action as participation in this covered transaction, unless authorized by the contracting agency may direct as a means of enforcing the department or agency entering into this transaction. such requirements. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled X. CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment, Suspension, Ineligibility SUSPENSION, INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion-Lower Tier Covered Transactions," EXCLUSION provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower This provision is applicable to all Federal-aid construction tier covered transactions and in all solicitations for lower tier contracts, design-build contracts, subcontracts, lower-tier covered transactions exceeding the $25,000 threshold. subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA h. A participant in a covered transaction may rely upon a approval or that is estimated to cost $25,000 or more – as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200. transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, 1. Instructions for Certification – First Tier Participants: debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as a. By signing and submitting this proposal, the prospective the eligibility of any lower tier prospective participants, each first tier participant is providing the certification set out below. participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is b. The inability of a person to provide the certification set out compiled by the General Services Administration. below will not necessarily result in denial of participation in this

Form 25D-55 H (Form FHWA-1273) (2/16) 9

i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available remedies, require the establishment of a system of records in order to including suspension and/or debarment. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c. The prospective lower tier participant shall provide is not required to exceed that which is normally possessed by immediate written notice to the person to which this proposal is a prudent person in the ordinary course of business dealings. submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of j. Except for transactions authorized under paragraph (f) of changed circumstances. these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a d. The terms "covered transaction," "debarred," person who is suspended, debarred, ineligible, or voluntarily "suspended," "ineligible," "participant," "person," "principal," excluded from participation in this transaction, in addition to and "voluntarily excluded," as used in this clause, are defined other remedies available to the Federal Government, the in 2 CFR Parts 180 and 1200. You may contact the person to department or agency may terminate this transaction for cause which this proposal is submitted for assistance in obtaining a or default. copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or * * * * * subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” 2. Certification Regarding Debarment, Suspension, refers to any covered transaction under a First Tier Covered Ineligibility and Voluntary Exclusion – First Tier Transaction (such as subcontracts). “First Tier Participant” Participants: refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds a. The prospective first tier participant certifies to the best of (such as the prime or general contractor). “Lower Tier its knowledge and belief, that it and its principals: Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower (1) Are not presently debarred, suspended, proposed for Tier Participants (such as subcontractors and suppliers). debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal e. The prospective lower tier participant agrees by department or agency; submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into (2) Have not within a three-year period preceding this any lower tier covered transaction with a person who is proposal been convicted of or had a civil judgment rendered debarred, suspended, declared ineligible, or voluntarily against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction, unless connection with obtaining, attempting to obtain, or performing authorized by the department or agency with which this a public (Federal, State or local) transaction or contract under transaction originated. a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, f. The prospective lower tier participant further agrees by bribery, falsification or destruction of records, making false submitting this proposal that it will include this clause titled statements, or receiving stolen property; "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," (3) Are not presently indicted for or otherwise criminally or without modification, in all lower tier covered transactions and civilly charged by a governmental entity (Federal, State or in all solicitations for lower tier covered transactions exceeding local) with commission of any of the offenses enumerated in the $25,000 threshold. paragraph (a)(2) of this certification; and g. A participant in a covered transaction may rely upon a (4) Have not within a three-year period preceding this certification of a prospective participant in a lower tier covered application/proposal had one or more public transactions transaction that is not debarred, suspended, ineligible, or (Federal, State or local) terminated for cause or default. voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is b. Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended, any of the statements in this certification, such prospective debarred, or otherwise ineligible to participate in covered participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each 2. Instructions for Certification - Lower Tier Participants: participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is (Applicable to all subcontracts, purchase orders and other compiled by the General Services Administration. lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and h. Nothing contained in the foregoing shall be construed to 1200) require establishment of a system of records in order to render in good faith the certification required by this clause. The a. By signing and submitting this proposal, the prospective knowledge and information of participant is not required to lower tier is providing the certification set out below. exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction i. Except for transactions authorized under paragraph e of was entered into. If it is later determined that the prospective these instructions, if a participant in a covered transaction lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction with a certification, in addition to other remedies available to the person who is suspended, debarred, ineligible, or voluntarily Federal Government, the department, or agency with which excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the

Form 25D-55 H (Form FHWA-1273) (2/16) 10

department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

* * * * *

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

* * * * *

XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20).

1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

Form 25D-55 H (Form FHWA-1273) (2/16) 11

ATTACHMENT A - EMPLOYMENT AND MATERIALS 6. The contractor shall include the provisions of Sections 1 PREFERENCE FOR APPALACHIAN DEVELOPMENT through 4 of this Attachment A in every subcontract for work HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS which is, or reasonably may be, done as on-site work. ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965.

1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except:

a. To the extent that qualified persons regularly residing in the area are not available.

b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work.

c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below.

2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service.

3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required.

4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above.

5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region.

Form 25D-55 H (Form FHWA-1273) (2/16) 12

SUPPLEMENT to Form FHWA -1273 CARGO PREFERENCE ACT REQUIREMENTS

This provision requires compliance with the Cargo Preference Act (CPA) and its implementing regulations in 46 CFR 381 for all Federal Aid Projects awarded after February 15, 2016.

In accordance with 46 CFR 381.7, the following language must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services).

The applicable requirements of 46 CFR 381.7 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

(a) Agreement Clauses. Use of United States-flag vessels:

(1) Pursuant to Pub. L. 664 (43 U.S.C. 1241(b)) at least 50 percent of any equipment, materials or commodities procured, contracted for or otherwise obtained with funds granted, guaranteed, loaned, or advanced by the U.S. Government under this agreement, and which may be transported by ocean vessel, shall be transported on privately owned United States- flag commercial vessels, if available.

(2) Within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (a)(1) of this section shall be furnished to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.”

(b) Contractor and Subcontractor Clauses. Use of United States-flag vessels: The contractor agrees—

(1) To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels.

(2) To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ‘on-board’ commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (b) (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.

(3) To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract.”

Form 25D-55 H (Form FHWA-1273) (2/16) 13

STATE OF ALASKA DEPARTMENT OF TRANSPORTATION AND PUBLIC FACILITIES SOUTHCOAST REGION - DESIGN AND ENGINEERING SERVICES

CHANGE TO INVITATION FOR BIDS - STATE AND FEDERAL WAGE RATES

Effective August 1, 2005, the Southeast Region of the Department of Transportation and Public Facilities will no longer publish Federal and Stage Wage Rates in the Specifications for Construction Projects in the Invitation to Bid (ITB). The interested parties will now be responsible for downloading the most current wage rates from the appropriate websites. The websites will be published in the Table of Contents (TOC) and the following notice will appear on page two (2) of the ITB in Notice to Bidders. This notice will also appear in place of those wage rates. In the TOC and the Notice to Bidders on Page 2 of each ITB we will also inform you of the appropriate Federal category to use.

"This project requires the use of either or both Federal and State Wage Rates. The most current version available on the websites must be used, as long as there are at least 10 full days before bids open. In other words, you do not have to use a State or Federal Wage Rate that changes the rates if it is less than ten (10) full days prior to bid opening and you have applied the last update.

The Wage Rates are downloadable at the following websites:

Federal Wage Rates: http://www.wdol.gov/dba.aspx#0. This project uses AK1 and AK6.

State Wage Rates: http://146.63.75.50/lss/pamp600.htm."

State Wage Rates are updated twice a year, usually April 1 and September 1. Federal Wage Rates may be updated every Friday. Once you have accessed your first Federal Wage Rate, you can also sign up for Alert Service by clicking the box at the bottom of the screen. You will be notified whenever changes to the Alaska Wage Rates are updated for bids that are in solicitation during those time periods.

Bidders not using the correct wage rates will still be responsible for paying the correct wage. The applicable State and Federal Wage Rates will be published in hard copy only in the final Conformed Copies.

By signature on the Bid Form, the bidder certifies that the correct and applicable wage rates have been applied.

If you need help with downloading the Wage Rates, please contact Jeff Jenkins, Contracts Officer, at (907) 465-4420 and he will provide assistance with the setup.

Standard Drawings

The following Standard Drawings apply to this project:

None

They can be downloaded from the following website: http://www.dot.state.ak.us/stwddes/dcsprecon/stddwgeng.shtml

Standard Drawings will be published in hard copy only in the final Conformed Copies.